98
iz s’kd] v/kh{k.k vfHk;Urk] ,dkn”ke e.My flapkbZ dk;Z QStkcknA ls ok es a] funs”kd] lwpuk ,oa tulEidZ foHkkx ¼foKkiu izHkkx½ mRrj izns”k] y[kuÅ i=kad % @,dkn”ke@Vh&4@fufonk fnukad % ebZ] 2018 fo’k; %& vYidkyhu fufonk vYidkyhu fufonk vYidkyhu fufonk vYidkyhu fufonk (e-Tender) lwpuk la[;k&0 lwpuk la[;k&0 lwpuk la[;k&0 lwpuk la[;k&01@S.E.-XI@18&19 18&19 18&19 18&19 dk izdk”kuA dk izdk”kuA dk izdk”kuA dk izdk”kuA egksn;] mijksDr fo’k;d vYidkyhu fufonk lwpuk la[;k&01@S.E-XI@18&19 N% izfr;ka ,oa lh0Mh0 laYkXu dj bl vuqjks/k ds lkFk izsf’kr gS fd d`Ik;k bldk izdk”ku izeq[k nSfud lekpkj i=ks es O;kid izpkj&iz lkj gs rq ;Fkk”kh?kz izdkf”kr djkus dh d`ik djs a lkFk gh foKfIr dks m0iz0 ljdkj dh osclkbZV ¼http://etender.up.nic.in ½] lwpuk foHkkx dh osclkbZV ¼http://information.up.nic. in½ ,oa fa lpkbZ foHkkx dh osclkbZV ¼http://idup.gov.in ½ ij Hkh izdkf”kr djkus ,oa izdkf”kr fufonk okys izR;sd lekpkj i= dh ,d&,d izfr bl dk;kZy; dks miyC/k djkus dk d’V djs aA layXud%&fufonk 6 izfr;kWa e; layXud%&fufonk 6 izfr;kWa e; layXud%&fufonk 6 izfr;kWa e; layXud%&fufonk 6 izfr;kWa e; ,d vnn ,d vnn ,d vnn ,d vnn lh0Mh0 lh0Mh0 lh0Mh0 lh0Mh0 lfgrA lfgrA lfgrA lfgrA v/kh{k.k vfHk;Urk v/kh{k.k vfHk;Urk v/kh{k.k vfHk;Urk v/kh{k.k vfHk;Urk ,dkn”ke e.My flapkbZ dk;Z] QStkckn i=kad % i=kad % i=kad % i=kad % @ ,dk0@ fufonk@fnukW ad% @ ,dk0@ fufonk@fnukW ad% @ ,dk0@ fufonk@fnukW ad% @ ,dk0@ fufonk@fnukW ad% izfrfyfi fuEufyf[kr dks lwpukFkZ ,oa vko”;d dk;Z okgh gs rq iz sf’kr gS %& 1- izeq[k vfHk;a rk ,oa foHkkxk/;{k] flapkbZ ,oa ty la lk/ku foHkkx m0 iz0 y[kuÅA 2- izeq[k vfHk;a rk ¼ifj0 ,oa fu;ks0½] flapkbZ ,oa ty la lk/ku foHkkx m0 iz0 y[kuÅA 3- eq[; vfHk;Urk ¼”kkjnk lgk;d½] xaxk flapkbZ Hkou rsyhckx] m0 iz0]y[kuÅA 4- v/kh{k.k vfHk;Urk lIre e.My] flapkbZ dk;Z] y[kuÅA 5- v/kh{k.k vfHk;Urk] ¼dEI;wVj izdks’B½] dk;kZy; izeq[k vfHk;a rk ]flapkbZ ,oa ty la lk/ku foHkkx m0iz0] y[kuÅ dks mDr fufonk dh lh0 Mh0 lfgr bl vuqjks/k ds lkFk iz sf’kr gS] fd fufonk dks foHkkxh; cs olkbV ij viyksM djus dh d`ik djs aA 6- ftykf/kdkjh QStkckn@ckjkcadhA 7- ofj’B iqfyl v/kh{kd] QStkcknA 8- vf/k”kklh vfHk;Urk] flapkbZ [k.M] QStkckn @Vk.Mk vEcsMdj uxjA 9- vf/k”kklh vfHk;a rk] ck<+ dk;Z [k.M] ckjkcadh@QStkcknA 10- ftyk lwpuk vf/kdkjh] QStkckn@ckjkcadhA 11- ofj’B [k.Mh; ys[kkf/kdkjh] ck<+ dk;Z [k.M] ckjkcadhA 12- uksfVl cksMZ ij pLik djus gs rqA layXud%& ;FkksDr v/kh{k.k vfH v/kh{k.k vfH v/kh{k.k vfH v/kh{k.k vfHk;Urk k;Urk k;Urk k;Urk ,dkn”ke e.My flapkbZ dk;Z] QStkckn

is’kd] v/kh{k.k vfHk;Urk] ,dkn”ke e.My flapkbZ dk;Z€™kd] v/kh{k.k vfHk;Urk] ,dkn”ke e.My flapkbZ dk;Z QStkcknA lok ea] funs”kd] lwpuk ,oa tulEidZ foHkkx ¼foKkiu izHkkx½

Embed Size (px)

Citation preview

izs’kd]

v/kh{k.k vfHk;Urk] ,dkn”ke e.My flapkbZ dk;Z QStkcknA lsok esa]

funs”kd] lwpuk ,oa tulEidZ foHkkx ¼foKkiu izHkkx½ mRrj izns”k] y[kuÅ i=kad % @,dkn”ke@Vh&4@fufonk fnukad % ebZ] 2018

fo’k; %& vYidkyhu fufonk vYidkyhu fufonk vYidkyhu fufonk vYidkyhu fufonk (e-Tender) lwpuk la[;k&0lwpuk la[;k&0lwpuk la[;k&0lwpuk la[;k&01111@@@@S.E.-XI@@@@18&1918&1918&1918&19 dk izdk”kuAdk izdk”kuAdk izdk”kuAdk izdk”kuA

egksn;]

mijksDr fo’k;d vYidkyhu fufonk lwpuk la[;k&[email protected]@18&19 N% izfr;ka ,oa lh0Mh0 laYkXu dj bl vuqjks/k ds lkFk izsf’kr gS fd d`Ik;k bldk izdk”ku izeq[k nSfud lekpkj i=ks es O;kid izpkj&izlkj gsrq ;Fkk”kh?kz izdkf”kr djkus dh d`ik djsa lkFk gh foKfIr dks m0iz0

ljdkj dh osclkbZV ¼http://etender.up.nic.in½] lwpuk foHkkx dh osclkbZV

¼http://information.up.nic.in½ ,oa falpkbZ foHkkx dh osclkbZV ¼http://idup.gov.in½ ij Hkh izdkf”kr djkus ,oa izdkf”kr fufonk okys izR;sd lekpkj i= dh ,d&,d izfr bl dk;kZy; dks miyC/k djkus dk d’V djsaA layXud%&fufonk 6 izfr;kWa e;layXud%&fufonk 6 izfr;kWa e;layXud%&fufonk 6 izfr;kWa e;layXud%&fufonk 6 izfr;kWa e; ,d vnn ,d vnn ,d vnn ,d vnn lh0Mh0lh0Mh0lh0Mh0lh0Mh0 lfgrAlfgrAlfgrAlfgrA

v/kh{k.k vfHk;Urkv/kh{k.k vfHk;Urkv/kh{k.k vfHk;Urkv/kh{k.k vfHk;Urk ,dkn”ke e.My flapkbZ dk;Z]

QStkckn i=kad % i=kad % i=kad % i=kad % @ ,dk0@ fufonk@fnukWad%@ ,dk0@ fufonk@fnukWad%@ ,dk0@ fufonk@fnukWad%@ ,dk0@ fufonk@fnukWad%

izfrfyfi fuEufyf[kr dks lwpukFkZ ,oa vko”;d dk;Zokgh gsrq izsf’kr gS %& 1- izeq[k vfHk;ark ,oa foHkkxk/;{k] flapkbZ ,oa ty lalk/ku foHkkx m0 iz0 y[kuÅA 2- izeq[k vfHk;ark ¼ifj0 ,oa fu;ks0½] flapkbZ ,oa ty lalk/ku foHkkx m0 iz0 y[kuÅA 3- eq[; vfHk;Urk ¼”kkjnk lgk;d½] xaxk flapkbZ Hkou rsyhckx] m0 iz0]y[kuÅA 4- v/kh{k.k vfHk;Urk lIre e.My] flapkbZ dk;Z] y[kuÅA 5- v/kh{k.k vfHk;Urk] ¼dEI;wVj izdks’B½] dk;kZy; izeq[k vfHk;ark ]flapkbZ ,oa ty lalk/ku foHkkx m0iz0]

y[kuÅ dks mDr fufonk dh lh0 Mh0 lfgr bl vuqjks/k ds lkFk izsf’kr gS] fd fufonk dks foHkkxh; csolkbV ij viyksM djus dh d̀ik djsaA

6- ftykf/kdkjh QStkckn@ckjkcadhA 7- ofj’B iqfyl v/kh{kd] QStkcknA 8- vf/k”kklh vfHk;Urk] flapkbZ [k.M] QStkckn @Vk.Mk vEcsMdj uxjA 9- vf/k”kklh vfHk;ark] ck<+ dk;Z [k.M] ckjkcadh@QStkcknA 10- ftyk lwpuk vf/kdkjh] QStkckn@ckjkcadhA 11- ofj’B [k.Mh; ys[kkf/kdkjh] ck<+ dk;Z [k.M] ckjkcadhA 12- uksfVl cksMZ ij pLik djus gsrqA layXud%& ;FkksDr

v/kh{k.k vfHv/kh{k.k vfHv/kh{k.k vfHv/kh{k.k vfHk;Urkk;Urkk;Urkk;Urk ,dkn”ke e.My flapkbZ dk;Z]

QStkckn

dk;kZy; v/kh{k.k vfHk;Urkdk;kZy; v/kh{k.k vfHk;Urkdk;kZy; v/kh{k.k vfHk;Urkdk;kZy; v/kh{k.k vfHk;Urk ,dkn'ke~ e.My] flapkbZ dk;Z] QStkckn,dkn'ke~ e.My] flapkbZ dk;Z] QStkckn,dkn'ke~ e.My] flapkbZ dk;Z] QStkckn,dkn'ke~ e.My] flapkbZ dk;Z] QStkckn

vYidkyhu fufonk lwpuk la[;k&01vYidkyhu fufonk lwpuk la[;k&01vYidkyhu fufonk lwpuk la[;k&01vYidkyhu fufonk lwpuk la[;k&01@v/kh0vfHk0@2018&19@v/kh0vfHk0@2018&19@v/kh0vfHk0@2018&19@v/kh0vfHk0@2018&19 bZ&VsbZ&VsbZ&VsbZ&VsUUUUMfjax ds ek/;e ls djk;s tkus oMfjax ds ek/;e ls djk;s tkus oMfjax ds ek/;e ls djk;s tkus oMfjax ds ek/;e ls djk;s tkus okys dk;ksZa dh fufonkkys dk;ksZa dh fufonkkys dk;ksZa dh fufonkkys dk;ksZa dh fufonk

egkefge jkT;iky] mRrj izns'k dh vksj ls fuEufyf[kr dk;Z gsrq vkWuykbu http://etender.up.nic.in ds ek/;e ls izh&DokfyfQds”ku VsfDudy fcM ,oa izkbl fcM@QkbusfU”k;y fcM] flapkbZ foHkkx eas fuEukuqlkj oxhZd`r Js.kh esa iathd̀r Bsdsnkjksa }kjk fnukad 25-05-2018 dks e/;kUg 12-00 cts ls fnukWad 28-05-2018 ds vijkUg 2-00 cts rd viyksM dh tk ldrh gSA izh&DokfyfQds”ku VsfDudy fcM@fnukWad % 29-05-2018 dks vijkUg 3%00 cts eq[; vfHk;Urk ¼'kkjnk lgk;d½] flapkbZ foHkkx] m0iz0] y[kuÅ }kjk xfBr lfefr }kjk vkWuykbu [kksyh tk;asxhA izh&DokfyfQds”ku fcM esa mi;qDr ik;s x;s fufonknkrkvksa ds izkbl fcM@QkbusfU”k;y fcM fnukWad% 30-05-2018 dks vijkUg 4%00 cts eq[; vfHk;Urk ¼'kkjnk lgk;d½] flapkbZ foHkkx] m0iz0] y[kuÅ }kjk xfBr lfefr }kjk vkWuykbu [kksyh tk;asxhA dk;kZy; cUn gksus ;k vodk”k gksus dh n'kk esa ;g fcM vxys dk;kZy; fnol esa mlh le; [kksyh tk;sxhA

ykVykVykVykVlalalala---- dk;Z dk fooj.kdk;Z dk fooj.kdk;Z dk fooj.kdk;Z dk fooj.k

dk;Z dh dk;Z dh dk;Z dh dk;Z dh vuqekfur vuqekfur vuqekfur vuqekfur ykxrykxrykxrykxr ¼¼¼¼yk[kyk[kyk[kyk[k++ ++ ####---- esa½esa½esa½esa½

/kjksgj /kjksgj /kjksgj /kjksgj /kujkf'k/kujkf'k/kujkf'k/kujkf'k ¼yk[k #0 ¼yk[k #0 ¼yk[k #0 ¼yk[k #0 esa½esa½esa½esa½

dk;Z iw.kZ dk;Z iw.kZ dk;Z iw.kZ dk;Z iw.kZ djus dh djus dh djus dh djus dh vof/kvof/kvof/kvof/k

fufonk fufonk fufonk fufonk izi=izi=izi=izi= dk ewY;+ dk ewY;+ dk ewY;+ dk ewY;+ +

LVs”kujhLVs”kujhLVs”kujhLVs”kujh

iathdr̀iathdr̀iathdr̀iathdr̀ Js.khJs.khJs.khJs.kh

1 2 3 4 5 6 7

1111---- FLOOD PROTECTION WORKS OF ALINAGAR-

RANIMAU BUND (CONSTRUCTION OF SPUR) AT KM-

20.000 ON RIGHT BANK RIVER GHAGHRA IN DISTRICT

BARABANKI

188.00 3.80 8888 ekgekgekgekg 2354.00 ^,* ,oa ^,* ,oa ^,* ,oa ^,* ,oa mPpmPpmPpmPp

2222---- FLOOD PROTECTION WORKS OF ALINAGAR-

RANIMAU BUND (CONSTRUCTION OF T-HEAD SPUR)

AT K.M-20.150 ON RIGHT BANK RIVER GHAGHRA IN

DISTRICT BARABANKI

74.00 1.50 8 ekg8 ekg8 ekg8 ekg 2354.00

^ch^ch^ch^ch* * * * ,oa ,oa ,oa ,oa mPpmPpmPpmPp

3333---- FLOOD PROTECTION WORKS OF ALINAGAR-

RANIMAU BUND (CONSTRUCTION OF T-HEAD SPUR)

AT K.M-20.450 ON RIGHT BANK RIVER GHAGHRA IN

DISTRICT BARABANKI

71.00 1.45 8 ekg8 ekg8 ekg8 ekg 2354.00

^ch^ch^ch^ch* * * * ,oa ,oa ,oa ,oa mPpmPpmPpmPp

4444---- FLOOD PROTECTION WORKS OF ALINAGAR-

RANIMAU BUND (CONSTRUCTION OF SPUR) AT K.M-

20.600 ON RIGHT BANK RIVER GHAGHRA IN DISTRICT

BARABANKI

187.00 3.75 8 ekg8 ekg8 ekg8 ekg 2354.00 ^,* ,oa ^,* ,oa ^,* ,oa ^,* ,oa mPpmPpmPpmPp

5555---- FLOOD PROTECTION WORKS OF ALINAGAR-

RANIMAU BUND (CONSTRUCTION OF SPUR) AT K.M-

20.800 ON RIGHT BANK RIVER GHAGHRA IN DISTRICT

BARABANKI

190.00 3.80 8 ekg8 ekg8 ekg8 ekg 2354.00 ^,* ,oa ^,* ,oa ^,* ,oa ^,* ,oa mPpmPpmPpmPp

6666---- BOULDER PITCHING ON U/S & D/S OF REGULATOR AT

KM-0.220,1.890 AND 2.275 OF SOORJPUR MAIN BUND

ON R/B OF RIVER GHAGHRA IN DISTRICT

BARABANKI.

88.00 1.80 6 ekg6 ekg6 ekg6 ekg 2354.00

^ch^ch^ch^ch* * * * ,oa ,oa ,oa ,oa mPpmPpmPpmPp

7777---- BOULDER PITCHING ON U/S & D/S OF KM-0.520,1.920

AND DRB AT KM 2.725 OF SOORAJPUR AFFLUX BUND

ON R/B OF RIVER GHAGHRA IN DISTRICT

BARABANKI.

108.00 2.20 6 ekg6 ekg6 ekg6 ekg 2354.00 ^,* ,oa ^,* ,oa ^,* ,oa ^,* ,oa mmmmPpPpPpPp

1- ;g fufonk@fcM lwpuk m0iz0 ljdkj dh osclkbV http://etender.up.nic.in lwpuk foHkkx dh osclkbV WWW.idup.gov.in ij miyC/k gSA

2- ;g fufonk lwpuk ,oa izi= osclkbV http://etender.up.nic.in/ ij miyC/k gSA fufonk izi= ds lkFk flapkbZ foHkkx dh fu/kkZfjr Js.kh esa iathdj.k izek.k i=] ftykf/kdkjh }kjk fuxZr pfj= izek.k i= (IDT-1), gSfl;r izek.k i= (IDT-2), Lo ?kks"k.kk 'kiFk&i= (IDT-3) ds leLr vfHkys[kksa dh LdS.M izfr osclkbV ij viyksM djuk vfuok;Z gksxk rFkk fufonk [kksyus ds le; rFkk ekWaxs tkus ij mijksDr leLr vfHkys[kksa dh ewy izfr miyC/k djkuk vfuok;Z gksxkA osclkbV ij Mªkbax miyC/k u gksus dh fLFkfr esa dk;kZy; vf/k'kklh vfHk;Urk] ck<+ dk;Z [k.M] ckjkcadh] m0iz0 o dk;kZy; v/kh{k.k vfHk;Urk] ,dkn'ke~ e.My] flapkbZ dk;Z] QStkckn] m-iz- ls Mªkbax vkfn izkIr dj ldsaxsA

3333---- fufonk ds Vs.Mj lsy dh /kujkf”k fufonk izi= esa layXu Vªstjh pkyku ds ek/;e ls ys[kk”kh’kZd 0701808000001 fufonk ds Vs.Mj lsy dh /kujkf”k fufonk izi= esa layXu Vªstjh pkyku ds ek/;e ls ys[kk”kh’kZd 0701808000001 fufonk ds Vs.Mj lsy dh /kujkf”k fufonk izi= esa layXu Vªstjh pkyku ds ek/;e ls ys[kk”kh’kZd 0701808000001 fufonk ds Vs.Mj lsy dh /kujkf”k fufonk izi= esa layXu Vªstjh pkyku ds ek/;e ls ys[kk”kh’kZd 0701808000001 esa dks’esa dks’esa dks’esa dks’kkxkj dksM&5400 kkxkj dksM&5400 kkxkj dksM&5400 kkxkj dksM&5400 Mh0Mh0vks0 dksM&Mh0Mh0vks0 dksM&Mh0Mh0vks0 dksM&Mh0Mh0vks0 dksM&7012 esa Bsdsnkj }kjk dk;Z dk uke ,oa QeZ@Bsdsnkj dk uke irk 7012 esa Bsdsnkj }kjk dk;Z dk uke ,oa QeZ@Bsdsnkj dk uke irk 7012 esa Bsdsnkj }kjk dk;Z dk uke ,oa QeZ@Bsdsnkj dk uke irk 7012 esa Bsdsnkj }kjk dk;Z dk uke ,oa QeZ@Bsdsnkj dk uke irk

Hkjdj Vªstjh@Hkkjrh; LVsV cSad]Hkjdj Vªstjh@Hkkjrh; LVsV cSad]Hkjdj Vªstjh@Hkkjrh; LVsV cSad]Hkjdj Vªstjh@Hkkjrh; LVsV cSad] ckjkcadh ckjkcadh ckjkcadh ckjkcadh ftldh LdSu dkih viyksM djuh gksxh]ftldh LdSu dkih viyksM djuh gksxh]ftldh LdSu dkih viyksM djuh gksxh]ftldh LdSu dkih viyksM djuh gksxh] vU;Fkk fufonk@fcM dks vU;Fkk fufonk@fcM dks vU;Fkk fufonk@fcM dks vU;Fkk fufonk@fcM dks Non

responsive ekursekursekursekurs gq, fopkj ugha fd;k tk;sxkAgq, fopkj ugha fd;k tk;sxkAgq, fopkj ugha fd;k tk;sxkAgq, fopkj ugha fd;k tk;sxkA 4- /kjksgj /kujkf'k ,u0,l0lh0@,Q0Mh0vkj0 vFkok fu;ekuqlkj vuqeU; vU; izfrHkwfr ds :Ik esa] tks ckjkcadh esa

ns; gks o jk"Vªh;d̀r cSad }kjk fuxZr gksa vf/k'kklh vfHk;Urk] ck<+ dk;Z [k.M] ckjkcadh] m0iz0 ds uke@i{k esa ca/kd gksuk vfuok;Z gS] ftldh LdSUM dkih vkWuykbu viyksM djuk vfuok;Z gksxkA

5- izR;sd fufonknkrk dks #0 100@& tqfMf'k;y LVSEi isij ij #0 1@& dk jlhnh fVdV yxkdj vuqcU/k fy[kuk gksxk fd njsa 90 fnol rd ekU; gksxhaA blls igys fufonk@vkWQj okil ysus ij /kjksgj /kujkf'k tCr dj yh tk;sxhA bldh LdSUM dkih vkWuykbu fufonk ds lkFk viyksM djuh gksxhA fu;ekuqlkj ns; th-,l-Vh] vk;dj] LVkEi fM~;wVh ]jk;YVh o fu/kkZfjr izpfyr VSDl ns; gksxkA vuqca/k ds le; fu;ekuqlkj LVkEi M~;wVh tek djuk vfuok;Z gksxkA

6- dk;ZLFky dh vko';drkuqlkj dk;Z dh ek=k ?kVkbZ@c<+kbZ tk ldrh gS] ftlds fy, Bsdsnkj dk dksbZ Dyse ekU; ugha gksxkA

7- fufonknkrk dks mijksDrkuqlkj dk;ZLFky dh iw.kZ tkudkjh fufonk Mkyus ls iwoZ Lo;a izkIr djuh gksxhA 8- fufonknkrk@fcMj }kjk fufonk Mkyrs le; izfØ;k dh iw.kZ tkudkjh@Vªsfuax vFkok fdlh vU; dkj.k ls 'krksZa dks

iw.kZ u dj ikus@ckf/kr gks tkus ds dkj.k fufonk u iM+us ij foHkkx dh dksbZ ftEesnkjh ugha gksxhA 9- bl fufonk dks iw.kZ ;k vkaf'kd :Ik ls fujLr djus dk vf/kdkj fcuk dkj.k crk;s v/kksgLrk{kjh ds ikl lqjf{kr

jgsxkA 10- ;g laKku esa vkus ij fd fdlh fufonknkrk }kjk fdlh vU; lEHkkfor fufonknkrk dks bl fufonk izfØ;k esa Hkkx

ysus ,oa fufonk Mkyus ls jksdk x;k gks ;k /kedh nh x;h gks rks ,sls Bsdsnkj ds lkFk ;fn vuqca/k gks Hkh x;k gks rks Hkh mlds lkFk fd;k x;k vuqcU/k fujLr fd;k tk ldrk gSA

11- dksbZ fufonknkrk tks jkT; ljdkj }kjk dkyh lwph esa ntZ gks og fufonk izfØ;k esa Hkkx ugha ys ldsxkA 12- jkT; ckj dkmfUly esa iathd`r dksbZ Hkh vf/koDrk fufonk izfØ;k esa Hkkx ugha ys ldsaxsA vuqcU/k@iVVk xfBr

gksus ds ckn Hkh ;fn mDr rF; laKku esa vkrk gS]rks lek/kku o larqf’V dh n”kk esa ,sls vuqcU/k iVVs dks l{ke vf/kdkjh }kjk ldkj.k vkns”k iz[;kfir dj rRdky fujLr dj fn;k tk;sxkA

13- “kklukns”k la[;k&1862@16&27&fla&3&08Vh@84]fnukWad 14-12-2016 ds vuqlkj fufonknkrk ,d dk;Z dh dsoy ,d gh fufonk dz; dj ldszxk o Mky ldsxkA l'krZ fufonk dnkfi Lohdkj ugha dh tk;sxhA

14- ;fn dksbZ fufonknkrk fu/kkZfjr fof/k ,oa izfØ;k ds fo:) vuqcU/k djus gsrq l{ke izkf/kdkjh ij ncko@ vlE;d vlj Mkyrk gS rks iz'uxr fufonknkrk ds U;wure fufonk dh fLFkfr esa Hkh mldh fufonk fujLr dh tk ldsxhA

15- fo'ks"k ifjfLFkfr;ksa esa fufonk [kksyus dh frfFk@le; esa ;fn dksbZ ifjorZu gksrk gS rks bldh lwpuk osolkbV rFkk dk;kZy; ds lwpuk iV ij iznf”kZr dj nh tk;sxhA

16- izkIr lHkh fufonk izi=ksa dk igys ;g fujh{k.k fd;k tk;sxk fd fufonknkrk us IDT-1, IDT-2, IDT-3 rFkk fu/kkZfjr izfrHkwfr /kujkf'k ,oa vuqHko izek.k i= Bhd&Bhd miyC/k djk;s x;s gSa ;k ughaA buesa fdlh izdkj dh deh ;k vlarks"ktud gksus dh fLFkfr esa fufonknkrk dh Qkbusaf'k;y fcM gsrq gh vuqi;qDr ekuk tk,xkA

17- vuqcU/k xfBr gksus ds Ik'pkr Hkh ;fn ;g rF; laKku esa vkrk gS fd fdlh Hkh Lrj ij fu;eksa dk mYya?ku fd;k x;k gS rks ,sls vuqca/k dks l{ke vf/kdkjh }kjk ldkj.k vkns'k iz[;kfir dj fujLr fd;k tk;sxkA

18- fufonknkrk }kjk LFkkbZ ys[kk la[;k (PAN) ,oa th0,l0Vh0(GST) fn;k tkuk vko”;d gSA 19- fu;ekuqlkj yscj lsl dh dVkSrh Bsdsnkjksa ds chtd ls dh tk;sxhA 20- “kklukns”k la[;k&383@36&2&2010 Je vuqHkkx&2]fnukWad 26-02-2010 }kjk Hkou ,oa lUufuekZ.k deZdkj fu;kstu

,oa lsok “krZ fofue; fu;ekuqlkj&2009 ds vUrxZr Bsdsnkj dks Je foHkkx esa fd;s tkus okys mDr dk dk;Z dk iathdj.k djk;k tkuk vko”;d gSA

21- bl fufonk dks fujLr djus dk vf/kdkj fcuk dkj.k crk;s v/kksgLrk{kjh ds ikl lqjf{kr jgsxkA 22- fufonknkrk dks vuqcU/k xBu ls iwoZ fu;ekuqlkj “ks’k /kjksgj@tekur /kujkf”k ,oa ijQkjesUl xkj.Vh NSC/FDR

tks vf/k”kklh vfHk;ark] ck< dk;Z [k.M]ckjkcadh ds i{k esa cU/kd gksxh]ns; gksxhA 23232323---- fufonknkrk dks /kjksgj /kujkf”k ¼oS/krk vof/k 6 ekg½ Vs.Mj lsy /kujkf”k dk Vsªtjh pkyku rFkk IDT-1, IDT-2,

IDT-3 fu/kkZfjr Js.kh dk izek.k&i= fu/kkZfjr Js.kh izek.k&i= o vU; vko”;d lHkh vfHkys[k vku ykbu LdSu djds =kii ij viyksM djuh gksxh ,oa ekWaxs tkus ij ewy:Ik esa miyC/k djkuk vfuok;Z gksxk vU;Fkk “kklukns”k la[;k% 52@1439@17&27&fl0&03&07@fofo/k @17]fnukWad 09-10-2017 ds fcUnq la[;k&03 ds vuqlkj ** bZ&Vs.Mfjax ds le; fufonknkrkvksa }kjk fu/kkZfjr izi=ksa ds vfrfjDr lHkh ewy vfHkys[kksa dh LdSu dkih o izfrHkwfr bZ&Vs.Mfjax ds le; fufonknkrkvksa }kjk fu/kkZfjr izi=ksa ds vfrfjDr lHkh ewy vfHkys[kksa dh LdSu dkih o izfrHkwfr bZ&Vs.Mfjax ds le; fufonknkrkvksa }kjk fu/kkZfjr izi=ksa ds vfrfjDr lHkh ewy vfHkys[kksa dh LdSu dkih o izfrHkwfr bZ&Vs.Mfjax ds le; fufonknkrkvksa }kjk fu/kkZfjr izi=ksa ds vfrfjDr lHkh ewy vfHkys[kksa dh LdSu dkih o izfrHkwfr izek.k&i= foHkkx ds uke cU/kd djkus ijizek.k&i= foHkkx ds uke cU/kd djkus ijizek.k&i= foHkkx ds uke cU/kd djkus ijizek.k&i= foHkkx ds uke cU/kd djkus ij izkIr VªkUtsDlu ua0 dks Hkh fufonizkIr VªkUtsDlu ua0 dks Hkh fufonizkIr VªkUtsDlu ua0 dks Hkh fufonizkIr VªkUtsDlu ua0 dks Hkh fufonk ds le; csolkbV ij Mkyh tk;sxh k ds le; csolkbV ij Mkyh tk;sxh k ds le; csolkbV ij Mkyh tk;sxh k ds le; csolkbV ij Mkyh tk;sxh rFkk fufonk Lohdkj gksus ij ewy vfHkys[k O;fDrxr :Ik ls foHkkx dks fufonknkrk }kjk izLrqr fd;s tk;saxsA rFkk fufonk Lohdkj gksus ij ewy vfHkys[k O;fDrxr :Ik ls foHkkx dks fufonknkrk }kjk izLrqr fd;s tk;saxsA rFkk fufonk Lohdkj gksus ij ewy vfHkys[k O;fDrxr :Ik ls foHkkx dks fufonknkrk }kjk izLrqr fd;s tk;saxsA rFkk fufonk Lohdkj gksus ij ewy vfHkys[k O;fDrxr :Ik ls foHkkx dks fufonknkrk }kjk izLrqr fd;s tk;saxsA fufonk Lohdkj gksus ds mijkUr fufonknkrk }kjk izfrHkwfr /kujkf”k ewy:Ik esa izLrqr ugh fd;s tkus ij fufonknkrk fufonk Lohdkj gksus ds mijkUr fufonknkrk }kjk izfrHkwfr /kujkf”k ewy:Ik esa izLrqr ugh fd;s tkus ij fufonknkrk fufonk Lohdkj gksus ds mijkUr fufonknkrk }kjk izfrHkwfr /kujkf”k ewy:Ik esa izLrqr ugh fd;s tkus ij fufonknkrk fufonk Lohdkj gksus ds mijkUr fufonknkrk }kjk izfrHkwfr /kujkf”k ewy:Ik esa izLrqr ugh fd;s tkus ij fufonknkrk ds fo:} ods fo:} ods fo:} ods fo:} okn nk;j dj dkuwuh dk;Zokgh dh tk;saxh rFkk mldk jftLVªs”ku fujLr dj vko”;d dk;Zokgh dh kn nk;j dj dkuwuh dk;Zokgh dh tk;saxh rFkk mldk jftLVªs”ku fujLr dj vko”;d dk;Zokgh dh kn nk;j dj dkuwuh dk;Zokgh dh tk;saxh rFkk mldk jftLVªs”ku fujLr dj vko”;d dk;Zokgh dh kn nk;j dj dkuwuh dk;Zokgh dh tk;saxh rFkk mldk jftLVªs”ku fujLr dj vko”;d dk;Zokgh dh tk;sxhA tk;sxhA tk;sxhA tk;sxhA

24- 'kklukns'k la[;k&622@23&12&2012&2 vkWfMV@08 Vh0lh0 fnukad 08-06-2012 ds fufgr funsZ'kkuqlkj dk;ksZa dh foHkkxh; njksa ls Bsdsnkjksa }kjk 10 izfr'kr rd nj de Mkyus ij 0-5 izfr'kr izfr 1 izfr'kr de nj ij rFkk 10 izfr'kr ls vf/kd below nj Mkyus ij 1 izfr'kr izfr 1 izfr'kr de nj ij flD;ksfjVh fMikftV ,oa ijQkjesUl xkjUVh yh tk;sxhA mDr /kjksgj /kujkf'k vuqca/k ds le; tek djus dh ck/;rk gksxhA

25- Vh0,0lh0@vkfMV vFkok vU; mPPkkf/kdkfj;ksa }kjk fu/kkZfjr olwyh lEcfU/kr Bsdsnkj@QeZ }kjk ogu dh tk;sxhA 26- “kklukns”k la[;k&2136¼1½@15&17&fla0&9]fnukWad% 17-08-2015 ds vuqlkj Bsdsnkj dks vuqcU/k xBu ls iwoZ bl

vk”k; dk ?kks’k.kk&i= nsuk gksxk fd muds }kjk vuqcU/k dks lcysV ugh fd;k tk;sxkA ?kks’k.kk&i= izkIr gksus ds mijkUr gh vuqcU/k xBu dh dk;Zokgh dh tk;sxhA

27- Qkbusaf'k;y fcM ( Financial/Price Bid) Bsdsnkj@QeZ }kjk nh tk;sxhA 28- vuqcU/k dk xBu /kukoaVu ds vuqlkj gh fd;k tk;sxkA 29- mDr dk;ksZ dk lEiknu foHkkxh; fof”kf’V;ksa rFkk “kklukns”k la[;k&99@2017@836@17&27&fla&46¼MCyw½@12

fnukWad%12-05-2017 ds vuq:Ik gh fd;k tkuk vfuok;Z gksxkA 30- lEiw.kZ fufonk izfdz;k flapkbZ foHkkx]m0iz0 ds izpfyr fu;eksa o “kklukns”kksa ds vuq:Ik dh tk;sxhA 31- bZ&fufonk dh foLr`r “krsZ fufonk izi= ds lkFk miyC/k gksaxh ,oa “kklu ds fu;ekuqlkj ykxw gksxhA 32- fufonk ls lEcfU/kr foLr̀r ,oa vU; tkudkjh v/kh{k.k vfHk;Urk ,oa lEcfU/kr vf/k'kklh vfHk;Urk ls lEidZ dj

izkIr dh tk ldrh gSA 33- viyksM fd;s lHkh ewy vfHkys[k dh LdSu dkih Li’V o iBuh; gksuh pkfg,] D;ksfd vfHkys[kksa dh tkWap gsrq

MkmuyksM@fizfUVx dh tkuh gSA MkmuyksMsM vfHkys[kksa ds fizUV iBuh; u gksus ij fufonknkrk dh VsfDudy fcM disqualify dj nh tk;sxhA

34- fuekZ.k dk;Z esa iz;qDr gksus okyh lHkh fuekZ.k lkexzh dk M.M-11 chtd izLrqr djus ds le; nsuk vfuok;Z gksxk] M.M-11 miyC/k djk;s tkus dh n”kk esa jk;YVh ,oa [kfut ewY; dh dVkSrh chtd ls dj yh tk;sxhA

35- fufonknkrk dks ;w0ih0 bysDVªkfuDl dkiksZjs”ku fyfeVsM y[kuÅ esa bZ&Vs.Mfjax gsrq iathd`r gksuk vko”;d gksxkA mDr dkiksZjs”ku ds ek/;e ls bZ&Vs.Mfjax gsrq izf”k{k.k dh dk;Zokgh iw.kZ gksuk vko”;d gSA

36- fufonk izi=] oS;fDrd ekfydkuk QeZ] Hkkxhnkjh QeZ] ifCyd@izkbosV dEiuh }kjk fuEu tkudkjh dh LdSUM izfrfyfi dks ih&DokyhfQds'ku VsfDudy fcM] ds lkFk bZ&Vs.Mfjax iksVZy ij viyksM fd;k tkuk vfuok;Z gSA d&oS/k iath;u dh izfrA [k&vk;dj pqdrk izek.k i=A x&flfoy dk;Z dk vuqHko izek.k&i=A ?k&xro"kZ dh oSysUl'khVA ³&orZeku esa py jgs dk;ksaZ dh lwphA p&laLFkk ds izdj.k esa ikVZujf'ki MhM ds vuqcU/k dh vfHkizekf.kr izfrA N&iSu dkMZA t&lh0,0 }kjk izekf.kr VuZvksoj] usVoFkZ] ,oa fcM dSikflVhA >&Vsªtjh pkyku dh izfrA

fo'ks"k 'krsZ %&fo'ks"k 'krsZ %&fo'ks"k 'krsZ %&fo'ks"k 'krsZ %& 1. Turnover – The bidder should have annual turnover in Civil engineering works of not less

than Estimated value of work for Lot No-01 to 07 in any one year during the last five

Financial years updated by giving 8% simple weightage per year to bring them to current

Financial year price level.

2. Similar Work – Bidder should have executed at least one number of similar work in the

last 5 Financial years. (2014-15, 2015-16, 2016-17, 2017-18 & 2018-19)

3. Registration at lrrigation Department – All applicants must be registered in lrrigation

Department Uttar Pradesh as contractor of specified category.

4. Bid Capacity – The Bidder should have the Assessed available Bid capacity as per formula

(2AN-B) should be greater than the Estimated Value of the work.

A=Maximum Value of Civil Engineering works executed in any one year during the last Five

years (updated to Current Financial Year price level) taking into account the completed as

well as works in progress. N=Number of years prescribed for completion of the works for

which tenders are invited.

B=Value of existing commitments and ongoing works to be completed during the period of

completed during the period of completion of the project for which tenders are invited.

fufufufufonk dh vU; fu;e o 'krZsa iwoZor jgsaxhAfonk dh vU; fu;e o 'krZsa iwoZor jgsaxhAfonk dh vU; fu;e o 'krZsa iwoZor jgsaxhAfonk dh vU; fu;e o 'krZsa iwoZor jgsaxhA

v/kh{k.k vfHk;Urkv/kh{k.k vfHk;Urkv/kh{k.k vfHk;Urkv/kh{k.k vfHk;Urk ,dkn'ke~ e.My] flapkbZ dk;Z,dkn'ke~ e.My] flapkbZ dk;Z,dkn'ke~ e.My] flapkbZ dk;Z,dkn'ke~ e.My] flapkbZ dk;Z

QStkcknAQStkcknAQStkcknAQStkcknA

LOT NO. 1

FLOOD WORKS DIVISION-BARABANKI

FLOOD PROTECTION WORKS OF ALINAGAR-RANIMAU BUND (CONSTRUCTION OF SPUR) AT KM-20.000 ON RIGHT

BANK RIVER GHAGHRA IN DISTRICT BARABANKI

SCHEDULE-"A"

BILL OF QUANTITY

S.N. Items of work Unit Qty. Tendered Rate

In Figure In Words

1- Earth work in digging for Launching Apron

(L/A) in ordinary soil including hard clay,

chharri, bajri, upto 5% all lead, lifts, labour and

T&P etc. complete. Required for proper

completion of work for Launching apron.

M³ 17000.00

2- Earth work in Construction of Shank for Spur

taken from digging in ordinary soil including

hard clay, chharri, bajri, upto 5% all lead

,lifts,labour and T&P etc. complete. Required for

proper completion of work.

M³ 9200.00

3- Laying of 200 GSM Geotextile bag size-

1.00Mx0.75M with RBM including cost of all

lead, lift, labour and T&P but excluding cost of

Geotextile bag required for proper completion of

work.

Nos 54000.00

4- Laying of Earth Cover above Geo bags in Apron

from excavated earth and 15cm Earth cushion

above Geo-Textile sheet in Boulder Pitching

including all leads and lifts, Labour and T&P for

proper completion of work.

M³ 1800.00

5- Laying of 200 GSM Geotextile sheet below

pitching on side slope of shank including cost of

all lead, lift, labour and T&P but excluding cost

of Geotextile Sheet required for proper

completion of work.

M² 4700.00

6- Supply and Laying in Pitching from Mirzapur

stone boulder 40to 60 kg on side slope of shank

of Spur including cost of all material, lead, lift,

labour and T&P etc.

M³ 2600.00

7- Supply and Laying first class brick on edge

soling on top of Spur including cost of all

material, lead, lift, labour and T&P etc.

M² 450.00

Note- Total quantities in Schedule-"A" are approximate only. The contractor shall not be entitled to any

claim due to change of quantities of various items of works.

Sign of Contractor Sign of S.E.

XI CIRCLE, IRRIGATION WORK,

FAIZABAD.

LOT NO. 2 FLOOD WORKS DIVISION-BARABANKI

FLOOD PROTECTION WORKS OF ALINAGAR-RANIMAU BUND (CONSTRUCTION OF T-HEAD SPUR) AT

K.M-20.150 ON RIGHT BANK RIVER GHAGHRA IN DISTRICT BARABANKI

SCHEDULE-"A"

BILL OF QUANTITY

S.N. Items of work Unit Qty. Tendered Rate

In Figure In Words

1- Earth work in digging for Launching

Apron (L/A) in ordinary soil including hard

clay, chharri, bajri, upto 5% all lead, lifts,

labour and T&P etc. complete. Required

for proper completion of work for

Launching apron.

M³ 12700.00

2- Earth work in Construction of Shank for

Spur taken from digging in ordinary soil

including hard clay, chharri, bajri, upto 5%

all lead ,lifts,labour and T&P etc. complete.

Required for proper completion of work.

M³ 1300.00

3- Laying of 200 GSM Geotextile bag size-

1.00Mx0.75M with RBM including cost of

all lead, lift, labour and T&P but excluding

cost of Geotextile bag required for proper

completion of work.

Nos 28800.00

4- Laying of Earth Cover above Geo bags in

Apron from excavated earth and 15cm

Earth cushion above Geo-Textile sheet in

Boulder Pitching including all leads and

lifts, Labour and T&P for proper

completion of work.

M³ 750.00

5- Laying of 200 GSM Geotextile sheet below

pitching on side slope of shank including

cost of all lead, lift, labour and T&P but

excluding cost of Geotextile Sheet required

for proper completion of work.

M² 1600.00

6- Supply and Laying in Pitching from

Mirzapur stone boulder 40to 60 kg on side

slope of shank of Spur including cost of all

material, lead, lift, labour and T&P etc.

M³ 600.00

7- Supply and Laying first class brick on edge

soling on top of Spur including cost of all

material, lead, lift, labour and T&P etc.

M² 120.00

Note- Total quantities in Schedule-"A" are approximate only. The contractor shall not be entitled to

any claim due to change of quantities of various items of works.

Sign of Contractor Sign of S.E.

XI CIRCLE IRRIGATION WORK

FAIZABAD.

LOT NO. 3 FLOOD WORKS DIVISION-BARABANKI

FLOOD PROTECTION WORKS OF ALINAGAR-RANIMAU BUND (CONSTRUCTION OF T-HEAD SPUR) AT

K.M-20.450 ON RIGHT BANK RIVER GHAGHRA IN DISTRICT BARABANKI

SCHEDULE-"A"

BILL OF QUANTITY

S.N. Items of work Unit Qty. Tendered Rate

In Figure In Words

1- Earth work in digging for Launching

Apron (L/A) in ordinary soil including hard

clay,chharri,bajri, upto 5% all lead, lifts,

labour and T&P etc. complete. Required for

proper completion of work for Launching

apron.

M³ 12000.00

2- Earth work in Construction of Shank for

Spur taken from digging in ordinary soil

including hard clay, chharri, bajri upto 5%

all lead, lifts, labour and T&P etc. complete.

Required for proper completion of work.

M³ 1150.00

3- Laying of 200 GSM Geotextile bag size-

1.00Mx0.75M with RBM including cost of

all material, lift, labour and T&P etc.

Nos 28000.00

4- Laying of Earth Cover above Geo bags in

Apron from Stacked earth And 15cm Earth

cushion above Geo-Textile sheet in Boulder

Pitching including all leads and lifts, Labour

and T & P for proper completion of work.

M³ 720.00

5- Laying of 200 GSM Geotextile sheet below

pitching on side slope of shank including

cost of all material, lift, labour and T&P etc.

M² 1510.00

6- Supply and Laying in Pitching from

Mirzapur stone boulder 40to 60 kg on side

slope of shank and bundh including cost of

all material, lift, labour and T&P etc.

M³ 550.00

7- Supply and Laying first class brick on edge

soling including cost of all material, lift,

labour and T&P etc. M² 110.00

Note- Total quantities in Schedule-"A" are approximate only. The contractor shall not be entitled to

any

claim due to change of quantities of various items of works.

Sign of Contractor Sign of S.E.

XI CIRCLE IRRIGATION WORK

FAIZABAD.

LOT NO. 4

FLOOD WORKS DIVISION-BARABANKI

FLOOD PROTECTION WORKS OF ALINAGAR-RANIMAU BUND (CONSTRUCTION OF SPUR) AT K.M-20.600 ON

RIGHT BANK RIVER GHAGHRA IN DISTRICT BARABANKI

SCHEDULE-"A"

BILL OF QUANTITY

S.N. Items of work Unit Qty. Tendered Rate

In Figure In Words

1- Earth work in digging for Launching Apron

(L/A) in ordinary soil including hard clay,

chharri, bajri, upto 5% all lead, lifts, labour

and T&P etc. complete. Required for proper

completion of work for Launching apron.

M³ 17100.00

2- Earth work in Construction of Shank for Spur

taken from digging in ordinary soil including

hard clay, chharri, bajri, upto 5% all lead

,lifts,labour and T&P etc. complete. Required

for proper completion of work.

M³ 6500.00

3- Laying of 200 GSM Geotextile bag size-

1.00Mx0.75M with RBM including cost of all

lead, lift, labour and T&P but excluding cost of

Geotextile bag required for proper completion

of work.

Nos 54000.00

4- Laying of Earth Cover above Geo bags in

Apron from excavated earth and 15cm Earth

cushion above Geo-Textile sheet in Boulder

Pitching including all leads and lifts, Labour

and T&P for proper completion of work.

M³ 1800.00

5- Laying of 200 GSM Geotextile sheet below

pitching on side slope of shank including cost

of all lead, lift, labour and T&P but excluding

cost of Geotextile Sheet required for proper

completion of work.

M² 5200.00

6- Supply and Laying in Pitching from Mirzapur

stone boulder 40to 60 kg on side slope of shank

of Spur including cost of all material, lead, lift,

labour and T&P etc.

M³ 2600.00

7- Supply and Laying first class brick on edge

soling on top of Spur including cost of all

material, lead, lift, labour and T&P etc.

M² 475.00

Note- Total quantities in Schedule-"A" are approximate only. The contractor shall not be entitled to any

claim due to change of quantities of various items of works.

Sign of Contractor Sign of S.E.

XI CIRCLE IRRIGATION WORK

FAIZABAD.

LOT NO. 5

FLOOD WORKS DIVISION-BARABANKI

FLOOD PROTECTION WORKS OF ALINAGAR-RANIMAU BUND (CONSTRUCTION OF SPUR) AT K.M-20.800 ON

RIGHT BANK RIVER GHAGHRA IN DISTRICT BARABANKI

SCHEDULE-"A"

BILL OF QUANTITY

S.N. Items of work Unit Qty.

Tendered Rate

In

Figure In Words

1- Earth work in digging for Launching Apron

(L/A) in ordinary soil including hard clay,

chharri, bajri, upto 5% all lead, lifts, labour

and T&P etc. complete. Required for proper

completion of work for Launching apron.

M³ 18600.00

2- Earth work in Construction of Shank for Spur

taken from digging in ordinary soil including

hard clay, chharri, bajri, upto 5% all lead

,lifts,labour and T&P etc. complete. Required

for proper completion of work.

M³ 7710.00

3- Laying of 200 GSM Geotextile bag size-

1.00Mx0.75M with RBM including cost of all

lead, lift, labour and T&P but excluding cost of

Geotextile bag required for proper completion

of work.

Nos 54200.00

4- Laying of Earth Cover above Geo bags in

Apron from excavated earth and 15cm Earth

cushion above Geo-Textile sheet in Boulder

Pitching including all leads and lifts, Labour

and T&P for proper completion of work.

M³ 1800.00

5- Laying of 200 GSM Geotextile sheet below

pitching on side slope of shank including cost

of all lead, lift, labour and T&P but excluding

cost of Geotextile Sheet required for proper

completion of work.

M² 6200.00

6- Supply and Laying in Pitching from Mirzapur

stone boulder 40to 60 kg on side slope of shank

of Spur including cost of all material, lead, lift,

labour and T&P etc.

M³ 2600.00

7- Supply and Laying first class brick on edge

soling on top of Spur including cost of all

material, lead, lift, labour and T&P etc.

M² 600.00

Note- Total quantities in Schedule-"A" are approximate only. The contractor shall not be entitled to any

claim due to change of quantities of various items of works.

Sign of Contractor Sign of S.E.

XI CIRCLE IRRIGATION WORK

FAIZABAD.

LOT NO. 6 FLOOD WORKS DIVISION-BARABANKI

NAME OF WORK:-BOULDER PITCHING ON U/S & D/S OF REGULATOR AT KM-0.220, 1.890 AND 2.275 OF

SOORJPUR MAIN BUND ON R/B OF RIVER GHAGHRA IN DISTRICT BARABANKI.

SCHEDULE-“A”

BILL OF QUANTITY

S.N. Items of work Unit Qty. Tendered Rate

In

Figure In Words

1- Earth work in excavation in foundation

ordinary soil including hard clay, chharri,

bajri upto 5% all lead, lifts, labour and T&P

etc. complete required for proper

completion of work for Masonry work.

M³ 1125.00

2- Earth work in restoration of Bund by power

transported earth in ordinary soil including

hard clay, chharri, bajri upto 5% all lead,

lifts, labour and T&P etc. complete required

for proper completion of work.

M³ 6905.00

3- Preparation of sub Grade for laying pitching

on side slope of Bund including watering,

compaction and preparation of surface.

M² 2600.00

4- Supplying and Laying of Brick Ballast for

filter material below pitching on side slope

of Bund within lead of 200 M with breaking

of brick ballast 20 mm to 40 mm size

including all cost of material, Labour and

T&P for proper completion of work.

M³ 390.00

5- Supplying and Laying in Pitching from

Mirzapur stone boulder 40 to 60 kg on side

slope of bund including cost of all material,

lift, labour and T&P etc.

M³ 1180.00

6- R.R. Stone Masonry (1:4) cement : coarse

sand mortar including cost of all material,

lead, labour and T&P etc.

M³ 450.00

Note- Total quantities in Schedule-"A" are approximate only. The contractor shall not be entitled to any

claim due to change of quantities of various items of works.

Sign of Contractor Sign of S.E.

XI CIRCLE IRRIGATION WORK

FAIZABAD.

LOT NO. 7 FLOOD WORKS DIVISION-BARABANKI

NAME OF WORK:-BOULDER PITCHING ON U/S & D/S OF KM-0.520, 1.920 AND DRB AT KM 2.725 OF

SOORAJPUR AFFLUX BUND ON R/B OF RIVER GHAGHRA IN DISTRICT BARABANKI.

SCHEDULE-"A"

BILL OF QUANTITY

S.N. Items of work Unit Qty. Tendered Rate

In

Figure In Words

1- Earth work in excavation in foundation

ordinary soil including hard clay, chharri,

bajri upto 5% all lead, lifts, labour and T&P

etc. complete required for proper

completion of work for Masonry work.

M³ 1425.00

2- Earth work in restoration of Bund by power

transported earth in ordinary soil including

hard clay, chharri, bajri upto 5% all lead,

lifts, labour and T&P etc. complete required

for proper completion of work.

M³ 4760.00

3- Preparation of sub Grade for laying pitching

on side slope of Bund including watering,

compaction and preparation of surface.

M² 3425.00

4- Laying of Brick Ballast for filter material

below pitching on side slope of Bund within

lead of 200 M with breaking of brick ballast

20 mm to 40 mm size including all cost of

material, Labour and T&P for proper

completion of work.

M³ 515.00

5- Supplying and Laying in Pitching from

Mirzapur stone boulder 40 to 60 kg on side

slope of bund including cost of all material,

lift, labour and T&P etc.

M³ 1530.00

6- R.R. Stone Masonry (1:4) cement : coarse

sand mortar including cost of all material,

lead, labour and T&P etc.

M³ 600.00

Note- Total quantities in Schedule-"A" are approximate only. The contractor shall not be entitled to any

claim due to change of quantities of various items of works.

Sign of Contractor Sign of S.E.

XI CIRCLE IRRIGATION WORK

FAIZABAD.

12

For Authorised Use Only

IRRIGATION DEPARTMENT

UTTAR PRADESH

Pre Qualification Technical Bid

Superintending Engineer

11th

Circle, Irrigation Circle,

Faizabad

The tenderers are advised to go through the pre qualification technical bid documents carefully

and furnish the required details duly supported by documentary evidence (which must be self

attested), as their eligibility for this contract will be decided on the strength of the

information/documents submitted by them.

13

INDEX

S.No. ITEMS

1 Tender Notice

2 Information and Instructions to Applicants

3 Letter of Transmittal

4 Form "A" (Questionnaire)

5 Form "B" (Financial, Business & Tech. Capability)

6 Form "C" (Work substantially completed by the Contractor/Firm)

7 Form "D" (Tendered work)

8 Form "E" (Essential T & P)

9 Form "F-1" (Nominee Detail)

10 Form "F-2" (Company Personals)

11 Form "G" (Any extra information)

12 Form "H" (Litigation History)

14

INFORMATION

&

INSTRUCTION

TO APPLICANTS

FOR

FINANCIAL BID

15

IRRIGATION DEPARTMENT(U.P) INSTRUCTIONS TO BIDDERS (ITB)

PREPARATION & SUBMISSION OF e-Bids:-

(1) Submission of e-Bids

The e-Bid Submission module of e-tender portal http://etender.up.nic.in enables the Bidders to submit the e-Bid

online against the e-tender published by the irrigation department. Bid Submission can be done only from the

Bid Submission start date and time till the e-Bid Submission end date and time given in the e-Bid. Bidders

should start the Bid Submission process well in advance so that they can submit their e-Bid in time. The

Bidders should submit their Bids considering the server time displayed in the e-tender portal. This server time is

the time by which the Bid submission activity will be allowed till the permissible time on the last/end date of

submission indicated in the e-tender schedule. Once the Bid submission date and time is over, the Bidders

cannot submit their e-Bid. For delay in submission of e-Bids due to any reasons, the Bidders shall only be held

responsible.

The Bidders have to follow the following instructions for submission of their e-Bids: For participating in e-

tender through the e-Bidding system, it is necessary for the Bidders to be the registered users of the e-tender

portal http://etender.up.nic.in. For this, the Bidders have to register themselves by depositing a fee applicable at

that time in the office of U.P. Electronics Corporation Limited, 10, Ashok Marg, Lucknow-226 001 for getting

a valid User ID and password and the required training/ assistance etc. on e-tender portal

http://etender.up.nic.in. The Bidders may contact U.P. Electronics Corporation Limited at the contact details

given in Section I of e-tender document. In addition to the normal registration, the Bidder has to register with

his/her Digital Signature Certificate (DSC) in the e-Biding system and subsequently he/she will be allowed to

carry out his/her e-Bids submission activities. Registering the Digital Signature Certificate (DSC) is a onetime

activity till its validity. Before proceeding to register his/her DSC, the Bidder should first log on to the e-Biding

system using the User Login option on the home page with the Login Id and Password with which he/she has

registered as enumerated in the preceding paragraph above.

For successful registration of DSC on e-Procurement portal http://etender.up.nic.in the Bidder must ensure that

he/she should possess Class-2/ Class-3 DSC issued by any one of certifying authorities approved by Controller

of Certifying Authorities, State government of India. The Bidder may also apply to office of U.P. Electronics

Corporation Limited, (UPLC) for getting DSC at the address given in the preceding paragraph above on a

prescribed form available at UPLC's website www.uplc.in along with the payment of fee applicable at that time

per person. The Bidder is also advised to register his/her DSC on e-tender portal well in advance before Bid

submission end date so that he/she should not face any difficulties while submitting his/her e-Bid against this e-

tender. The Bidder can perform User Login registration/creation and DSC registration exercise as described in

preceding paragraphs above even before e-Bid submission date starts. The UPLC shall not be held responsible

if the Bidder tries to submit his/her e-Bids at the last moment before end date of submission but could not

submit due to DSC registration or any other technical problems.

The Bidder can search for active Bids through "Search Active Bids" link, select a Bid in which

he/she is interested in and then move it to 'My Bids' folder using the options available in the e-

Bid Submission menu. After selecting and viewing the Bid, for which the Bidder intends to e-

Bid, from "My Bids" folder, the Bidder can place his/her Bid by clicking "Pay Offline" option

available at the end of the view Bid details form. Before this, the Bidder should download the

16

Bid document and study them carefully. The Bidder should keep all the documents ready as

per the requirements of e-Bid document in the PDF format.

After clicking the 'Pay Offline' option, the Bidder will be redirected to the Terms and

Conditions page. The Bidder should read the Terms & Conditions before proceeding to fill in

the Processing Fee offline payment details. After entering and saving the Processing fee

details, the Bidder should click "Encrypt & Upload" option given in the offline payment

details form so that "Bid Document Preparation and Submission" window appears to upload

the required documents Technical Proposal Submission Form etc (Annexure "I" to Annexure

"IV") of this e-tender document. The details of the Demand Draft or any other accepted

instrument which is to be physically sent in original before Bid submission and date and time,

should tally with the details available in the scanned copy and the data entered during e-Bid

submission time otherwise the e-Bid submitted will not be accepted. Before uploading, the

Bidder has to select the relevant Digital Signature Certificate. He may be prompted to enter

the Digital Signature Certificate password, if necessary. For uploading, the Bidder should click

"Browse" button against each document label in Technical schedules/packets and then upload

the relevant PDF files already prepared and stored in the Bidder's computer. The required

documents for each document label of Technical. Schedules/ packets can be clubbed together

to make single different files for each label.

The Bidder should click "Encrypt" next for successfully encrypting and uploading of required

documents. During the above process, the Bid documents are digitally signed using the DSC

of the Bidder and then the documents are encrypted/locked electronically with the DSC's of

the Bid openers to ensure that the Bid documents are protected, stored and opened by

concerned Bid openers only.

After successful submission of e-Bids, a page giving the summary of e-Bid submission will be

displayed confirming end of e-Bid submission process. The Bidder can take a printout of the

Bid summary using the "Print" option available in the window as an acknowledgement for

future reference.

(2) Withdrawal and Resubmission of e-Bids

At any point of time, a Bidder can withdraw his/ her e-Bids submitted online before the e-Bids

submission end date and time. For withdrawing, the Bidder should first log in using his/ her

Login Id and Password and subsequently by his/ her Digital Signature Certificate on the e-

procurement portal http://etender.up.nic.in. The Bidder should then select "My Bids" option in

the Bid Submission menu. The page listing all the Bids submitted by the Bidder will be

displayed. Click "View" to see the details of the Bid to be withdrawn. After selecting the "Bid

Withdrawal" option, the Bidder has to click "Yes" to the message "Do you want to withdraw

this Bid?" displayed in the Bid Information window for the selected Bid. The Bidder also has

to enter the Bid Withdrawing reasons and upload the letter giving the reasons for withdrawing

17

before clicking the "Submit" button. The Bidder has to confirm again by pressing "Ok" button

before finally withdrawing his/ her selected Bid. Once the Bidder has withdrawn his /her Bid

he/she cannot re-submit this Bid again. The Bidder has to request the UPLC with a letter,

attaching the proof of withdrawal and submission of e-Bids Processing Fee in the office of

Managing Director, UPLC, to return back the e-Bids Processing Fee as per the procedure.

The Bidder can resubmit his/ her e-Bids as and when required till the Bid submission end date

and time. The new one bid will replace the e-Bids submitted earlier. The payment made by the

Bidder earlier will be used for revised e-Bids and the new Bid submission summary generated

after the successful submission of the revised e-Bids will be considered for evaluation

purposes. For resubmission, the Bidder should first log in using his/ her Login ID and

Password and subsequently by his/her Digital Signature Certificate on the e-procurement

portal http://etender.up.nic.in. The Bidder should then select "My Bids" option in the Bid

Submission menu. The page listing all the Bids submitted by the Bidder will be displayed.

Click "View" to see the details of the Bid to be resubmitted. After selecting the "Bid

Resubmission" option, click "Encrypt & Upload" to upload the revised e-Bids documents by

following the methodology provided in clause 9 (submission of e-bids) above.

The Bidders can submit their revised Bids as many times as possible by uploading their e-Bids

documents within the scheduled date & time for submission of e-Bids. No e-Bids can be

resubmitted subsequently after the deadline for submission of e-Bids.

18

COMPETITIVE BIDDING

1. GENERAL-

1.01 Letter of transmittal and forms for Pre Qualification Technical Bid are attached.

1.02 ALL INFORMATION REQUESTED FOR IN THE ENCLOSED FORMS SHOULD BE

FURNISHED AGAINST THE RESPECTIVE COLUMNS IN THE FORM. IF INFORMATION IS

FURNISHED IN A SEPARATE DOCUMENT, REFRENCE TO THE SAME SHOULD BE GIVEN

AGAINST RESPECTIVE COLUMN. IF INFORMATION IS "NIL" IT SHOULD ALSO BE MENTIONED AS "NIL" OR "NO SUCH CASE" IF ANY PARTICULAR QUERY IS NOT

APPLICABLE IN CASE OF THE APPLICANT IT SHOULD BE STATED AS "NOT

APPLICABLE" HOWEVER, THE APPLICANTS ARE CAUTIONED THAT NOT GIVING COMPLETED INFORMATION IN THE FORMS REQUIRED OR NOT GIVING IT IN CLEAR

TERMS OR MAKING ANY CHANGE IN THE PRESCRIBED FORMS MAY RESULT, THE

APPLICANT BEING SUMMARILY DISQUALIFIED APPLICATIONS MADE BY TELEGRAM OR TELEX AND THOSE RECEIVED LATE MAY BE REJECTED.

1.03 All the information must be submitted in English or in Hindi.

1.04 The application should be type written or printed but not handwritten. The applicant's name & signature should appear on each page of the application.

1.05 Overwriting should be avoided. Correction, if any, shall be made by crossing out, initialling, dating and

rewriting, all page of the tender document shall be numbered and submitted as a package with signed

letter of transmittal.

1.06 References, information and certificate from the respective clients certifying suitability, technical

know-how or capability of the applicant should be signed by the client.

1.07 The applicant is advised to attach any additional information which he thinks is necessary in regard to

his capabilities. No further information will be entertained after submission of tender document unless

it is called for by the Tendering authority.

1.08 Applications are invited for complete work as detailed in the brief note of this document, the tender

document in the prescribed form duly completed and signed shall be super scribed TECHNICAL BID

document for the ----------- Document submitted in connection with TECHNICAL BID will be

treated as confidential and will not be returned.

1.09 The cost incurred by applicants in preparing this application, in providing clarifications or attending discussion, conference in connection with this document will be born by the applicant and the

Tendering authority will in no case be responsible or liable for these costs, regardless of the conduct or

outcome of the Pre Qualification Technical Bid Evaluation process.

1.10 The Bidders must upload all the required documents electronically in the PDF format. It is suggested

that the PDF Files should be made in grayscale using the minimum readable appropriate resolution so

that the size of the files is minimized for fast uploading on the e-Bid portal http://etender.up.nic.in. The

required electronic documents for each document label of Technical (Fee details, Annexure etc) schedules/packets can be clubbed together to make single different files for each label. The size of

Single label file should not exceed 6-7 MB size.

2. DEFINITION-

2.01 In this document the following words and expression have the meaning hereby assigned to them.

2.02 TENDERING AUTHORITY - means the Governor of Uttar Pradesh acting through, the Superintending

Engineer, 11TH CIRCLE Faizabad, Uttar Pradesh.

2.03 APPLICANT- means the individual, proprietary firm, firm in partnership, limited company, or a corporation eligible to tender.

3. METHOD OF APPLYING-

3.01 If the application is made by individual it should be signed by the individual above his full typewritten or printed name and current address.

3.02 If the application is made by a proprietary firm, it shall be signed by the proprietor above his full typewritten or printed name and the full name of his firms with its current address.

19

3.03 If the application is made by a firm in partnership, it shall be signed by all the partners of the firm

above their full typewritten or printed names and their current address, or alternatively by a partner

holding power of attorney who shall accompany with the application. A certified copy of the registered partnership deed and current address of all the partners of the firm shall also accompany the application.

3.04 If the application is made by a limited company or a corporation it shall be signed by a duly authorized person holding power of attorney for signing the application in which case certified copy of the power

of attorney shall accompany the application. Such limited company or corporation may be required to

furnish satisfactory evidence of its existence before the Pre Qualification Technical Bid application is filled.

3.05 If the application is made by a Joint venture firm , it shall be signed by all the members of the firm above their full typewritten or printed names and their current address, or alternatively by members

holding power of attorney who shall accompany with the application. A certified copy of the registered

deed and current address of all the members of the firm shall also accompany the application.

4. FINAL DECISION MAKING AUTHORITY-

The Tendering authority reserves the right to accept or reject any or all application without assigning

any reason. For this action any claim from the firm/contractor will not be entertained. (Admissible)

5. PARTICULARS PROVISIONAL-

The particulars of the proposed work given in Chapter-I are provisional and must be considered only

advance information to assist applicant.

PARTICULARS OF WORK

Name of the work

Tendering authority Superintending Engineer, 11th Circle, Irrigation Works Faizabad,UP.

Period of Completion ….. Months (including Monsoon Period)

Estimated cost of the work. As per Bill of Quantity.

Earnest Money Rs. Lacs. INR

6. SITE VISIT-

6.01 The applicant is advised to visit and examine the site of works and its surroundings & obtain for

himself on his own responsibility all information that may be necessary for preparing the Pre

Qualification Technical Bid application. The cost of visiting the site shall be at applicant's own

expense.

6.02 The applicant and any of his personnel or agents will be granted permission by the Tendering authority to enter upon his premises and lands for the purpose of such inspection, but only upon the express

condition that the applicant, his personal and agent from and against all liabilities in respect thereof and

will be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and

any other loss, damage, costs and expenses however caused, which but for the exercise of such

permission would not have arisen.

7. ELIGIBILITY AND MINIMUM CRITERIA FOR TECHNICAL QUALIFICATION BID

7.01 This invitation Pre Qualification Technical Bid is open to all eligible applicants registered in Uttar

Pradesh Irrigation Department as Contractor of specified category.

7.02 To be eligible for Pre Qualification Technical Bid, applicant shall provide evidence satisfactory to the

Tendering authority of their eligibility under sub clause 7.01 above, and of their capability and

adequacy of resources to carry out the contract effectively. All applications submitted shall include the

following information.

(a) Letter of transmittal.

(b) Copies of original documents defining the Construction or legal status, structure of organization, place of registration and principle place of business of the company or corporation or firm or partnership in

Form 'A'

(c) Reports on the financial standing of the applicant such as profit and loss statements, balance sheets and

auditor's report for the past three years including current year estimated financial projection for the next

two years, and an authority from the applicant to seek references from the applicant's bankers Form 'B'

20

(d) Details of experience and past performance for the applicant in the civil engineering works (x-drainage

works/Head works/Canal lining works and drains etc.) in past five years in Form 'C and details of

current work in hand and other contractual commitments in Form 'D'

(e) Major items of constructional plant proposed for use in carrying out the contract in the format

prescribed in Form 'E'.

(f) The qualification and experience of key personnel proposed for administration and execution of the

contract, both on and off site, in the format prescribed in Form 'F-l & F-2'

(g) Any other relevant additional information on Form 'G'

(h) Litigation History should be given on Form 'H' (Information regarding any current litigation in which

the applicant is involved. The Applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five years.

7.03 For the purpose of this particular contract, applicants should meet the following technical bid qualifying

criteria as a minimum.

(a) The applicant must be well established contractor with experience and capability in construction of

similar civil engineering works (x-drainage works/Head works/Canal lining works, bridges, drains and

embankment construction etc.)

(b) The applicant must give evidence of having adequate experience in mobilizing equipment (form E) and personnel for execution of large contracts and in the deployment of heavy equipment and in using

modern technology in construction of civil engineering works (x-drainage works/Head works/Canal

lining works, bridges, drains and embankment construction etc.)

(c) To qualify, applicant must have achieved as a minimum of the following performance, but in case of

joint ventures ,the lead member has to qualify full where as the other has to qualify 50% of the S.No 1 to 3 of the qualifying criteria in Pre Qualification of Technical Bid.

S.No. Description of Requirement Qualifying Criteria

1 Turnover The bidder should have annual turnover in Civil

engineering works of not less than Rs 1.00 crores in

any one year during the last Five Financial years

updated by giving 10% simple weightage per year to bring them to Current Financial Year price level.

2 Net Worth The Bidder should have Net Worth of the previous completed financial year shall not be less than Rs. 1.00

crores.

3 Credit Facility Bidder shall submit a certificate in original from Nationalized Banks or Scheduled banks, other than a

cooperative bank, located in India that the bank shall

extend a creditlimit to extent of Rs. 20.00 Lacs for this specific work independently.

4 Financial Soundness

(Profitability) The bidder shall submit audited financial statements

Supported by Income Tax Returns for the last 5 financial years to demonstrate the current soundness of

the Bidder's financial position and its prospective long-

term profitability.

5 Similar Nature of Work

(Value) The contract value of the said similar work of value Rs

1.00 Crore and above as a contractor in the same name

and style during any one year in the last 5 Financial

years updated by giving 10% simple weightage per

year to bring them to Current Financial Year price

level.

7 Concrete Bidder should have executed 500.00 cum of Concrete

in any one year during last 5 financial years and as in

joint venture IInd member should have executed 50% of the above.

8 Dewatering Bidders should have experience of dewatering for

construction of the similar nature of work for alluvial soil.

21

9 Any Other Major items Note:

Specific to the Contract/

Project.

Attach separate sheet including photographs CD's etc.

Submit certificates acquired from the previous

Tendering authority not below the rank of Superintending Engineer to support your suitability.

10 Registration at Irrigation

Department All applicants must be registered in Uttar Pradesh

irrigation Department as Contractor of specified category.

22

Note:- All applicants are requested to provide above mentioned information which is required for technical

qualification bid should have been strictly based on true fact. All information must have been issued from the organization, where the applicants performed their civil engineering construction works.

(8.0) PRICE BIDS

8.01 After evaluation of Pre Qualification Technical Bid applications, a list of qualified tenderer will be

prepared and price Bid of qualified tenderers will be opened.

23

DECLARATION TO BE FURNISHED

I/We hereby declare that the information furnished by me/us is true statement of facts.

Date............................. (Name &Designation and Title of person signing)

24

LETTER OF TRANSMITTAL

(TO BE FILLED BY THE APPLICANT)

For pre-qualification

To, The Superintending Engineer 11th Circle, Irrigation Works, Faizabad. U.P.

Sir,

Reference to your advertisement No............................................................. dated ....................

I/we are interested in getting ourselves qualified in technical bid for the aforesaid work in district

Barabanki (U.P.).

Enclosed herewith please find the questionnaire duly filled in along with the document listed

below for perusal and consideration. I/We agree to abide by the terms and conditions as stipulated in

Pre Qualification Technical Bid documents and to be prescribed by the Irrigation Department, Uttar

Pradesh from time to time in this respect.

List of documents enclosed:-

(i)

(ii)

(iii)

(iv)

(v)

(vi)

Your's faithfully

Name..................................................

Designation :

(For and on behalf of contractor)

25

QUESTIONNAIRE FOR PRE QUALIFICATION

TECHNICAL BID

FORM- 'A'

S.No. Question Replies by the Firm/Contractor

1 Name of firm-

2 Nationality of firm -

3 Registered office Address-

4 Head office Address-Telephone-Telex/Tele-Fax

5 Former name of company (if any)

6 Branch office and Address-

7 Status of organization-Individual Partnership

8 Year when establishment and where-

9 The firm is a

a) Member of a group of companies (if yes, give name

address, connection and descriptions of the other

companies)

b) What is the maximum value of the single contract that

you have handled so for? (give particulars)

10 Has your firm worked as a, i) Joint ventureii) ii) Prime

contractor or iii) Sub-contractor (if yes, please give

name and address of prime contractor and detail of

contractor) and arrangement with the prime contractor)

11 Are you registered with any other Govt. Deptt./Public

sector undertaking (If yes, give details)

12 Are you working any where on turnkey basis (if yes,

give details)

13 What type of work you usually sublet? (If yes, give

details)

14 For what countries/states/cities have you performed

such work (Give reference)

15 For what Bureau's of Deptt. have you performed such

work (Give reference).

16 Have your ever failed to complete any work awarded to

you (if so, give particulars)

17 In how many project have you asked for arbitration (if so, give details) how many cases were settled in your

favour? (Give detail)

18 In how many projects were you saddled with penalties for delay?

19 In what other line or business are you engaged?

20 Do you have material testing laboratory and mobile

laboratories? (give details)

21 Were you ever debarred for tendering by any Govt.

Deptt./Public sector Undertaking of India or any other

country? (Give details)

22 a For how many years have you been in business under

26

S.No. Question Replies by the Firm/Contractor

your present business name?

b What were your working fields when your organization

was established? Whether any new work areas were

added in your organization? If So when?

23 In what field do you claim specialization?

24 What are you sources of finance? (Please give details,

bank reference in the prescribed format)

25 a Have your company ever been declared bankrupt? (if yes, please give details) -

b Were you ever asked to suspend construction work for a

period of more than six months at a stretch after start of

work? If so, give details.

26 a What is the maximum value of project/work that you have handled so far? (give details).

b What is the maximum value of the single contract that

you have handled so for? (give detail).

27 a Give the last three years account with auditors reports,

balance sheets, profit and loss

b Attached a attested photocopy of last year's income tax clearance certificate.

28 Do you intend to associate any other organization, for

the works for which you are

29 Wheither, Chief firm/contractor has no criminal record.

A certificate on this regard from the district magistrate

is to be attached.

I/We hereby declare that the above information furnished by me/us is a true statement of facts.

Signature of

Contractor/Firm

27

Form - 'B'

FINANCIAL, BUSINESS AND TECHNICAL CAPABILITY NAME OF FIRM -

NAME OF PARTNERS/DIRECTORS. -

Address of applicant —

Telephone No-

Latest balance sheet filed with.................. on.........................attach a copy. Latest profit and loss statement from........................... to .................... filed with ............. on ............................

attach a copy.

Financial Position — a) Cash b) Current assets c) Current liabilities d) Working capital e) Net worth.

Total Liabilities— a) Current Ratio— Current Assets to current Liabilities

b) Acid Test Ratio — Cash, temporary investment held in lieu of cash and current receivable to current

liabilities. c) Total liabilities of Net worth. Capital- Authorized- Issued-

Annual value of construction work undertaken of each of the last five years and project for

YEAR 2014-15 2015-16 2016-17 2017-18 2018-19

Home

Aboard

Net Profit Before Taxa) a) Current Period b) During the last financial year c) During the year before last financial year-

The profit and loss statements have been certified through................................................... by.....................................................................................................

Applicant's financial arrangement (Check appropriate item) a) Own Resources- b) Bank credits- c) Other (Specify)

28

FORM - 'C

Work of similar type and magnitude to work under consideration

Work Substantially Completed by the Contractor / Firm

Sl.

No.

Name of work Place & Country Tendered Cost Period of completion

as provided in the

original agreement.

Time in which

completed

Cost of work

on completion

Principal

features

Claims filed by

the applicant

1 2 3 4 5 6 7 8 9

Signature of Contractor/Firm

Note : Attested copies of certificates should be enclosed as proof of information entered

29

FORM - 'D'

Work Tender for and work to be completed as on the date of Submission of Application

Sl.No. Name of work Place &

Country Work in Hand Estimated

cost Work Tendered for Remarks

Tendered

cost Cost of work

remaining to be

executed

Anticipated

date of

completion

Date when

decision is

expected

Stipulated date

and period of

completion 1 2 3 4 5 6 7 8 9 10

Signature of Contractor/Firm

Note : Attested copies of certificates should be enclosed as proof of information entered.

30

Form - 'E'

List of minimum essential T & P in workable condition to be available with

the contractor/firm for .......

Note: Only those machinery/equipment should be listed whose invoices of in contractor's/

firm name. Attested copy of the invoices/proof of possession should be attached.

Sl.

No. Name of T&P in workable

condition Minimum

essential

quantity/No.

Make/capacity/

year of

manufacturer

Total useful

life of new

T&P in Hrs.

Past use

in Hrs.

1 2 3 4 5 6

1 Concrete Vibrators 4

2 Concrete Mixers 2

3 Rollers 1

4 Dewatering equipments (i)

Electric/Diesel Motor & pump

sets including accessories, (ii) Diesel generators of suitable

capacity

As per

requirement

5 Shuttering plate As per

requirement

6 Excavators As per

requirement

7 Dumpers As per

requirement

8 Srapers As per

requirement

Note: Other machinery if any available with the firm / contractor may also be listed. Signature of Contractor/Firm.......................

31

Form - 'F-1'

Designation Name of

(i) Nominee

(ii) Alternate

Summary of qualification

experience and present

occupation

Headquarters.

Partner/Director

including other key staff

(give designation)

Site Office

Site Superintendent

Deputy Superintendent

Supervising Engineers

Construction Supervisor

Other Key Staff.

The applicant shall list in this schedule the key personal (including first

nominee and the second choice alternate) he will employ headquarters and from

site office, to direct and execute the work, together with their qualification,

experience, positions held.

Signature of Contractor/Firm

32

Form - 'F-2'

Details of Personnel with the Contractor / Firm for the work

Name of Contractor / Firm

..........................................................................................................................

Sl.

No.

Designation Name Qualificatio

n & Date of

appointment

Professional

experience and

detail of works

carried out

Remarks

1 2 3 4 5 6

1 Project Manager

2 Work Manager

(Civil Engineer

3 Work Manager

(Mech. Engineer)

4 Engineer Graduate

5 Administration/

Management

Graduate

Sl.

No.

Designation With contractor/

Firm

That could be made

available for work

1 2 3 4

1 Number of skilled employees

2 Number of unskilled employees

Signature of Contractor / Firm ....................................

33

Form - 'G'

A. Please add any further information, which the applicant considers

relevant in regard to his capabilities.

B. Please give a brief note indicating why the applicant considers

himself eligible for qualification in technical bid for the work.

34

Form - 'H'

LITIGATION HISTORY

(Of Last five years)

Signature of the Contractor/Bidder..................................................................

Note: There might be some grammatical and spelling mistakes or typing

errors while preparing this documents, such mistakes and errors if

any shall be ignored and treated with their usual meaning in

accordance with the dictionary meanings.

35

IRRIGATION DEPARTMENT, UTTAR PRADESH

SARDA SAHAYAK PARIYOZNA

OFFICE OF THE SUPERINTENDING ENGINEER 11TH CIRCLE, IRRIGATION WORKS, FAIZABAD

Tender Document

For

Name of Work :

Agreement No. :

Agreemented Cost :

Date of Start :

Date of Completion :

Tender Notice No : 01 /SE/2018-19

Name of Contractor:

36

THE SUPERINTENDING ENGINEER

11TH CIRCLE, IRRIGATION WORKS, FAIZABAD

INDEX

Agreement No..........................................................................Date................................

Name of Work.................................................................................................................

.........................................................................................................................................

Name of Contractor.........................................................................................................

S.No. Contents Pages

From To

1. EE and DA Certificates...........................................................................................

2. Contract Bond.........................................................................................................

3. Tender

Notice..........................................................................................................

4. Agreement...............................................................................................................

5. Tender I.D. Form 112.............................................................................................

6. Bill of Quantities schedule 'A' …………………………………………...............

7. Contractor's warranty.............................................................................................

8. Declaration..............................................................................................................

9. Conditions of contract I.D. Form 111 ……………………………........................

10. Special condition of contract..................................................................................

11. Technical specification...........................................................................................

12. Schedule of issue of materials…………………………………………….........

Schedule D..............................................................................................................

13. Schedule of consumption of materials…………………………............................

Schedule C..............................................................................................................

14. Schedule of hiring of equipment of contractor ......................................................

Schedule D..............................................................................................................

15. Drawing .................................................................................................................

................................................................................................................................

16. Certificate regarding relations................................................................................

17. Acceptance of Tender.............................................................................................

18. Stamp Duty.............................................................................................................

19. Order authorising contractor to start work..............................................................

................................................................................................................................

Signature of Contractor Signature of S.E.

37

CERTIFICATE OF ENGINEER-IN-CHARGE OF WORK

Certified that I have checked the contract documents. Schedule of

Quantities Schedule 'B' Schedule 'D' and attached drawings as per

details given by the under signed and are found in order.

ENGINEER-IN-CHARGE OF WORK

(EXECUTIVE ENGINEER)

FLOOD WORKS DIVISION,

BARABANKI, U.P.

38

CERTIFICATE OF DIVISIONAL ACCOUNTANT

The contract documents of this Agreement No...........………………

..................... containing pages from to ................................. have been

examined by me in respect official aspects and hereby certify that

there is no financial irregularity.

DIVISIONAL ACCOUNTANT

39

CONTRACT BOND

This AGREEMENT made this………day of………year ………….Between the

Government of Uttar Pradesh (hereinafter called the Government) represented by the

on the one part and Shri/M/s ............................................................(hereinafter called

the contractor) on the other part.

WHEREAS the Governor of Uttar Pradesh is undertaking the construction of

following works for ......................................................on District .................................

Uttar Pradesh (hereinafter called the works) .....................................................................

.............................................................................................................

AND WHEREAS the contractor has agreed to undertake the construction and

execution of the said works as per conditions of contract, technical provision and drawings hereafter. NOW THEREFORE. It is agreed between the parties as follows :-

ARTICLE I - SCOPE OF WORKS :- The contractor shall perform faithfully everything require

to be performed and shell furnish all the labour, materials tools and equipment required to perform and complete in a workman like manner all the work covered

by the contract documents in strict accordance with the drawings and conditions

of contract, technical provisions including annexures and list of corrections and

amendments to drawings and conditions of contract and technical provisions

which are part of this contract, and in strict compliance with the contract

documents shall do everything required by this contract and the other documents

constructing a part thereof.

ARTICLE II - PAYMENTS :- The Governments will have sufficient funds in Indian currency for the execution of the works and will pay the contractor in Indian currency for

the satisfactory performance of this contractor and in accordance with the

provisions embodied in the documents made a part of this contract.

ARTICLE III:- TIME OF COMPLETION :- The work to be performed under this contract shall

be commenced by the contractor within ………….……………….Days of the

date of receipt of notice with the works and shall be deligently prosecuted and

completed ready for handing over to the Engineer in charge

before....................................... month from the date of notice to commence work.

ARTICLE IV - COMPONENT PARTS OF THE CONTRACT :- This contract of the following component part all of which are as fully a part of this contract as if here in setout

verbatim or if not attached as if here to attached.

Part I -(I) Contractors Warranty. (II) Schedule of quantities and bids. Part II - Conditions of contract. Part III - Technical provisions & specifications. Part IV - Drawing :- As stated technical specifications and provisions.

Witness :- 1............................... Signed by Contractor 2...............................

Witness :- Singned by……………................... For and on behalf of the Governor

40

vuqcU/kvuqcU/kvuqcU/kvuqcU/k ftlds }kjk VsUMj vkefU=r fd;k x;k -------------------------------------------------------------------------- fdl lIykbZ vFkok dk;Z ds fy, ---------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------------------------------------------Vs.Mj uksfVl la[;k ,oa fnukad -------------------------------------------------------------------------------------Vs.Mj nkrk ds uke ------------------------------------------------------------------------------------------------------------------

mRrj izns'k ds jkT;iky }kjk Vs.Mjnkrk dks mlds Vs.Mj ij fopkj djus ds lEcU/k esa ik= O;fDr eku fy, tkus ds QyLo:i Vs.Mjnkrk ,rn~}kjk bu 'krksZa ij viuh lgefr nsrk gS fd og mijksDr Vs.Mj vkeaf=r fd;s tkus ds izR;qRrj esa Hkstk x;k viuk izLrko Vs.Mj [kksys tkus ds fnukad ds 3 ekg ds Hkhrj okil ugha ysxkA

lkFk gh bl 'krZ ij Hkh viuh lgfr nsrk gS ;fn Vs.Mj izLrqr djus ds ckn Vs.Mjnkrk mDr vof/k ds Hkhrj viuk izLrko okil ys ysrk gS] rks mlds }kjk tek dh xbZ c;kus dh /kujkf'k mRrjizns'k 'kklu }kjk foosdkuqlkj tCr dh tk ldrh gSA

Vs.Mjnkrk ,rn~}kjk bl ckr ds fy, lger gS fd ;fn viuk Vs.Mj izLrqr djus ds ckn og vius Vs.Mj esa dksbZ la'kks/ku] ifjorZu vFkok vkaf'kd la'kks/ku djsa] tks foHkkx dks Lohdkj u gks iwokZfUNr 'krksZa ds iz;kstukFkZ ;g le>k tk;sxk fd Vs.Mjnkrk us viuk izLrko okil ys fy;k gSA vkt fnukad -------------------------- dks gLrk{kj fd;k x;kA gLrk{kj lk{kh & iw.kZ irk gLrk{kj Vs.Mjnkrk 1- irk % 2- g- v/kh{k.k vfHk;Urk@vf/k'kklh vfHk;Urk

41

I.D. Form No. 112

PUBLIC WORKS DEPARTMENT UTTAR PRADESH

...............................Division

ITEM OF PERCENTAGE RATE-TENDER

OF CONTRACTOS

Name of work....................................................................................

Name of contractor.............................................................................

GENERAL RULES AND DIRECTIONS FOR GUIDANCE OF CONTRACTORS

1- All works proposed for execution by contract will be notified in a form of

invitation to tender pasted on a board hung up in the office of, and signed by the

Executive Engineer.

This form will state the work to be carried out, as the date for submitting and

opening tenders and the time allowed for carrying out the work, also the amount of

earnest money to be deposited by the successful tenderer and the percentages, if any,

to be deducted from bills. This set of contract documents consisting of copies of

drawing and details of the proposed work specification, schedule of quantities of

various items of works and a form of the printed conditions of contract together with

the form of tender to be used, signed for the purpose of identification by the Excutive

Engineer

Approved by the authority competent to make the contract shall be available

for the public inspection at the office of the Executive Engineer.

1- In the event of the tender being submitted by a firm, it must be signed

separately by each member thereof, or in the event of the absence of any partner it,

be signed on his behalf by a person holding a power of attorney authorizing him to

do so.

2- Receipt for payments made on account of work when executed by a firm

must also be signed by the several partners, except where the contractors are

described in their tender as a firm in which case the receipt must be signed in the

name of the firm by one of the partners or by some other person having authority to

give effectual receipts for the firm.

3- Any contractor who submits a tender shall till up the prescribed form the

tender striking out the alternative offer of page 3 of the form not applicable to the

case. Tenders which propose any alternation in the work specified in the form of

notice inviting tender or in the time allowed for carrying out the work or which

contain any other conditions of any sort, or are not filled up in English or not

accompanied by the deposit or earnest money notified, will be liable to rejection.

Tender shall have the name of the work to which they refer written outside the

envelope.

4- (1) The Executive Engineer or his duly authorized assistant will open tender

in the presence of any intending contractors who may be present at the time and will

enter the amounts of several tenders in a comparative statement in suitable form. In

the event of a tender being accepted a receipt for the earnest money forwarded

herewith shall thereupon be given to the contractor who shall thereupon for the

purpose of identification, sign copies of the specification and other documents

mentioned in Rule 1. In the event of a tender being rejected the earnest money

forwarded with such unaccepted tender shall thereupon be returned to the contractor

making the same.

4- (2) When tenders are received by1 11 the Excutive Engineer he will open

and deal with them in the manner specified above, and will submit them to the

42

Sprintending Engineer for orders. The earnest money if in currency notes shall be

credited in the cash book and paid to the Treasury, a receipt in Account Form no.3

being given to the party tendering, if the earnest money is preferred in any of the

securities specified in Rule 9. It shall be entered in the register of securities. Account

Form '85 and '86. Earnest money received in currency notes shall be returned to

unsuccessful tenderers as soon as their tenders are rejected after the usual receipt

being taken.

5- The accepting authority shall have the right of rejecting all or any of the

tenders.

6- The receipt of accountant or a clerk for the earnest money paid by the

contractor will not be considered as any acknowledgement of payment till the

Executive Engineer and the contractor shall be responsible for seeing that he

procures a receipt signed by the Executive Engineer.

7- The memorandum work tendered for shall be filled in and completed in the

office of Executive Engineer before a tender form is issued.

8- The amount of the earnest money should ordinarily be -

(a) When the amount of the tender does not exceed Rs. 2,000 …. 50

(b) When exceeding Rs. 2,000 and not exceeding Rs. 5,000 …. 100

(c) When exceeding Rs. 5,000 and not exceeding Rs. 10,000 …. 200

(d) For each additional Rs. 5,000 or portion of Rs. 5,000 a further sum of 100

Such earnest money shall be deposited by the contractor in Government

treasury or sub treasury as laid down in paragraphs 340(b)(1), 344 and 345(b) of the

Financial Hand Book Volume V, Part 1, Account Rules and the receipted treasury

challan attached to the tender.

Note- The officer calling for tender may, in special cases where it would be

inconvenient for tenderers to deposit money into Government treasury, rolax, the rule

and permit contractors to deposit earnest money with him in cash or currency notes

upto a limit of Rs. 100 instead of into a treasury. Such deposits should be treated as

"Public Works Department deposit."

43

TENDER FOR WORKS

“I" OR "We" 'Hereby tender for the executive for the Governor of Uttar Pradesh of the

works specified in the underwritten memorandum within the time

specified in each memorandum at the rate specified therein, and in accordance, in all respects with the specification designs, drawings and

instructions, in writing referred to in rule thereof and in clause 2 of the

conditions of contract and with such materials as are provided for by and in all other respects in accordance with such conditions so far as

applicable.

(a) If several sub-works

are included they

should be detailed in

a separate list.

(b) Vide rule 9 on page

2.

(c) Strike out the alternative and attach

signature to it.

MEMORANDUM

(a) General description

(b) Estimated cost Rs.

(c) Earnest Money Rs.

(d) Time allowed for the work from date of written commence months.

Item

No.

Item

of

work

Qty. Unit Per Rate e) Tendred

e) Sactioned

(f) in figure (f) in words

N.B.- When tenders are

to be submitted at a

percentage above or

below the rate in the sanctioned estimate the

information in all the

column should be filled by the Sub-Divisional

Officer/Executive

Engineer

2. In case of works when

contractors are required

to quote their own rates

for the different items of works the column (1)

should be left blank of

the tenders to fill in.

Rs. P.

44

* ..................................... tender at ........................ percent

above the rates entered above

"I" or "We"

* or "Strike out the alternative and

attach signature to it.

*..................................... tender at the above rates,

Should this tender be accepted ........................... hereby

agree to abide by and fulfill all the terms ad provisions of

the conditions of contract annexed to the approved set of

contract documents, or in default thereof forfeit and pay to

the Government of Uttar Pradesh or his successors in-

office the sum of money mentioned in the side conditions.

The sum of Rs. .................. is herewith forwarded in

currency notes as earnest money the full value of which

shall be retained by the Government account of the

security deposit specified in Cause I of the said conditions

of the contractors.

Dated the ...................... day of ....................201

............................ ..................................

** Give particulars & number

Signature of witness to

contractor's signature

Witness ............................................................................... Signature of contractor before

submission of tender

Address..................................................................................

Occupation .......................................................................... More enter "Recommended"

or not "Recommended"

*...................................

......................................

Date ............... Sub-Divisional Officer .......... Sub-Division Signature

* ....................................................................

* ....................................................................

Date ............... Executive Engineer........................ Division Signature

* ....................................................................

* ....................................................................

Superintending Engineer ..................... Circle

Irrigation Works

Signature and official

designation of the accepting

authority.

The above tender is hereby-accepted by me on behalf of

the Governor of Uttar Pradesh

......................................

......................................

Date ............................... day ....................... 201

45

TENDERER'S WARRANTY

The Superintending Engineer, 11th Circle, Faizabad, U.P. invited tenders for the

work of ………. (hereafter called to as the tender) being desirous of tendering of the

works for which the above mentioned tenders have been invited and having carefully

studied all the contract documents and specifications including conditions of the

tender paper and local site conditions, do hereby warrant that :-

(1) The tenderer is familiar with and undertakes to earnestly fulfill all the

requirements of the tender.

(2) The tenderer has investigated the site and satisfied him self regarding the

character of the work and local conditions that may affect the work and its

performance.

(3) The tenderer is satisfied that the work can be performed and completed as

required in the contract.

(4) The tenderer accept all risks directly connected with the performance of the

contract.

(5) The tenderer has no collusion with other contractors, with the said

Superintending Engineer (later on) on any of his person in undertaking to

execute the works tendered for in accordance with the terms and condition laid

down in the tender document.

(6) The tenderer is financially solvent.

(7) The tenderer is experienced and completent to perform the contract to the

satisfaction on the Engineer-in-Charge.

(8) The statements submitted by the tenderer are true.

(9) The tenderer is familiar with all general and special conditions, act and

ordinances, rules and regulations of the Municipal, District, Stater and Central

Government and for forest department of U.P., which may affect the work, it's

performance of personnel employed therein.

For and on behalf of

M/s...........................................................

(Seal of Company)

46

DECLARATION

I/We ........................................................................ contractor hereby declare that no

work shall be taken in hand by me/us or my/our/ authorized agent unless a proper

agreement is drawn in my/our names by the Superintending Engineer/ Executive

Engineer/Assistant Engineer ................................. In case of default on my/our part

I/We fully understand that my/our security deposit shall be forfeited to the

Government and I/We shall have no grounds to represent for the same.

Superintending Engineer/ Executive Engineer Contractor's Signature

with full address

Further I/We.....................................................................here by declare that

no office bearer is/are related to me/us in -

(a) ......................................................

(b) Irrigation Department Uttar Pradesh.

If so, his name, designation, address and relationship is given below

(1) ....................................................................

(2) ....................................................................

(3) ....................................................................

(4) ....................................................................

(5) ....................................................................

Sig. S.E/E.E Contractor's Signature

with full address

47

I.D. Form No. 111

CONDITIONS OF CONTRACT

CLAUSE 1 - The person or persons whose tender is accepted (hereinafter called the contractor) shall within one week after his or their tender has been accepted deposit with the Government of Uttar Pradesh (hereinafter called the "Government") either in cash or in securities as provided in paragraphs 614 & 615 of the Financial Handbook, volume VI, such sum as will with the earnest money deposited with the tender amount to rupees ………………………….. & where any security so deposited is not payable to bearer, the contractor shall endorse or transfer it to the said Government in such a manner that the sum represented by it can be realized without the consent or assistance of the contractor. The contractor shall permit Government at the time of making any payment to him for work done under the contract to deduct 105 (Ten Percent) of all money so payable on account of security deposit until such deduction along with the sum already deposited as earnest money to be adjusted in the last deduction, will amount -

(i) In the case of works estimated to cost upto Rs.1,00,000/- to 10% of the estimated cost.

(ii) In the case of works estimated to cost more than Rs 1,00,000/- and upto Rs.2,00,000/- to 10% on the first Rs. 1,00,000/- & 7.5% on the balance and

(iii) In case of works estimated to cost more than Rs.2,00,000/- to 10% on the first Rs.1,00,000/- 7.5% on the next Rs.1,00,000/- and 5% on the balance unless he is/they are exempted from payment of security deposit in individual cases or has/have deposited the security at the rates mentioned above in cash or in the form of Government securities of Fixed Deposit receipts or Guarantee bonds, the contractor undertakes to renew or to furnish fresh guarantee to cover the period or time extension, if any, & failure on his part to do so shall be construed as a breach of this contract and without prejudice to any other remedy provided in these conditions, the Engineer Incharge shall have the right to withhold payment and deduct the entire security amount from any money becoming payable to the contractor. The amount of the security money shall, if not withheld on account of breach of contract be refunded after six months of the date of the completion of the work or after payment of the final bill whichever is later subject to the condition that in case of building work of the first rainy season comprising of June, July, August, September is fully covered within the period of six months mentioned above the amount of security money may, if not withheld on account of breach of contract be refunded after the expiry of the first rainy season comprising of the months mentioned above or after the payment of the final bill whichever is later.

Provide that in case the payment of the final bill is not made within six months of the completion of the works 75% of the amount of the Security money can be refunded with the prior approval of the authority next higher to the person accepting the contract on behalf on the Government.

All compensation or other sums of money payable by the contractor to Government under the terms of this contract may be deducted from or realized by the sale of a sufficient part of his security deposit, or from the interest arising therefore or from any sum which may be due or may become due to the contractor by Government or on any account what so-ever and in the event of his security deposit being reduced by reason of any such deduction or sale as aforesaid, the contractor shall within ten days thereafter made good in cash of Government Securities endorsed as aforesaid any sum or sums which may have been deducted from, or raised by sale of his security deposit or any part thereof.

EXPLANATION - For the purpose of this clause if the Work under this contract includes construction, reconstruction or repair of any structure having roof over it, the whole work will be classed as building work.

Further deposit Deduction from payment. Security Deposit will be payable

CLAUSE 2 - (A) Time is the essence of the contract. The contractor shall commence and shall complete the work covered by the tender on the date fixed bythe…………………engineer for the commencement and completion of such work and shall in the interval between those dates keep the work upto the schedule of

Compensation for delay

48

quantities and dates shown in the Progress Statement to be signed by the contractor and attached to the tender. If the work falls in arrears of the Progress Statement either in quantity or in time, then for every day that the work is so in arrears the contractor shall be liable to pay as compensate ion an amount equal to one percent for such smaller amount as the Engineer ( whose decision in writing shall be final) may decide, on the estimated cost of whole work provided always that the entire amount of compensation to be paid under the provision of this clause shall not exceed ten percent of the estimated cost of the work as shown in the tender. CLAUSE 2 - (B) To be used instead of 2 (A) when the latter is from the nature of the work impracticable] CLAUSE 2 - (B) Time is the essence of the contract. The contractor shall commence and shall complete the work within the period specified in the tender. Such period shall be reckoned from the date on which the order to commence work is given to the contractor. The contractor shall at all times during such period proceed with the work with due diligence and he shall pay as compensation an amount equal to one percent or such smaller as the ………………….. Engineer (whose decision in writing shall be final) may decide on the amount of the estimated cost of the whole work as shown in the tender for every day that the work remains uncommenced, or unfinished after the proper dates. And further, in order to ensure, good progress during the execution of the work the contractor shall be bound in all cases in which the time allowed for any work exceeds one month, to complete one fourth of the value or quantity (as the Engineer may determine) of the whole of the work before one-fourth of the whole time allowed under the contract has clasped one-half of the value or quantity (as the…………………. Engineer may determine) of the work before one-half of such time has elapsed and three-fourths of the value or quantity (as the…………. Engineer may determine) of this work before three-fourths of such time has elapsed. If the contractor fails to comply with this condition he shall be liable to pay as compensation an amount equal to one percent or such smaller amount as the………………..Engineer (whose decision in writing shall be final) may decide on the said estimated cost of the whole work for every day that the quantity of work remains incomplete. Provided always that the entire amount of compensation to be paid under the provision of this clause shall not exceed ten percent of the estimated cost of the work as shown in the tender.

Compensation for delay

CLAUSE 3 - (i) In any case in which under any clause or clauses of this contract the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit (whether paid in one sum or deducted by installments) the………..Engineer shall have power to adopt such of the following courses as he may deem best. (a) He may rescind the contract by giving the contractor………..........days notice of rescission signed by the …………....... Engineer and may then take the whole of the contractor's security deposit for the use of Government as compensation for the loss caused by the contractor's default.

(b) He may after giving the contractor …….days notice in writing of his intension to do so measure up the work done by the contractor and then employ and pay labourers and supply or procure materials and carry out all or any part of the work himself on behalf of Government debiting the contractor with the actual cost and crediting him at the contract rates with the value of the work so done, and may postpone till completion of the work, so taken over. Assessment of the compensation to be paid by the contractor. If any work is so taken over by the ….........Engineer the certificate in writing of the………… Engineer or of the ………. As to its cost and value shall be final and conclusive against the contractor. Vide G.O. No. 5645 A N/XXII I-B-550/62 dated nil…………1967.

(c) He may, after giving the contractor ……………… day's notice in writing of his intention to do so, measure up the work done by the contractor, take the work out of his hands and give a contract for its completion to another contractor and may postpone till the completion of the work, assess the compensation to be paid by the original contractor. If the……………..Engineer elects to give the completion of work to another contractor, the original contractor shall pay any expenses which work had been carried out by him, and a certificate in writing of the……………….Engineer or of the……………shall be final and conclusive as

Action by which whole security deposit is forfeited

49

against the original contractor as to the amount of any such expenses.

(ii) If the………………Engineer does desire to do so the work, the contractor shall not be entitled to compensation for any loss sustained by him by reason of his having purchased or procured any materials, or entered into any engagements or made any advances on account of or with a view to the execution of the work or the performance of the contract and shall not be entitled to recover or be paid or be given credit for any sum for any work therefore actually performed b y him under this contract, unless and until the Executive Engineer or the Sub-Divisional Officer acting under this order shall have certified in writing the performance of such work and the value thereof the contractor shall only be entitled to be paid the value as so certified.

(iii) If upon any occasion the………………….Engineer abstains from exercising the powers given to him by this clause such abstention shall not prevent him from exercising such powers upon a subsequent occasion if the contractor again makes default nor shall such abstention absolve the contractor from liability to any compensation for any default which he may have made.

CLAUSE 4 - If the…………………Engineer exercises any of the powers given to him by caluse 3 he may, if he so desires, take possession of all or any tools, plants, materials and stores in or the work, or at the site thereof and belonging to be contractor or procured by him and intended to be used for the execution of the work or any part thereof, and may pay or allow the contractor for the same at the contract rates, or in the case of these not being applicable, at current market rates to be certified by the .....................Engineer whose certificate thereof shall be final and if the...................Engineer does not desire to do so, the…………...….Engineer may by notice in writing to the contractor or his clerk, to the work foreman or other authorized agent require him to remove such tools, plants, materials or stores from the premises (within a time to be specified in such notice), and if the contractor fails to comply with any such requisition the……………..Engineer may remove them at the contractor's expense and at his risk in all respects by auction or private sale and the certificate of the……………….Engineer as to expenses of any such removal and the amount of the proceeds and expenses of any such sale shall be final and conclusive against contractor. CLAUSE 5 - If the contractor desires an extension of the time for completion of the work on the grounds of any unavoidable hindrance to its execution having arisen he shall apply in writing to the ……………… Engineer who if in his opinion reasonable grounds are shown therefore, shall extend his time limit upto a period of six months or 50% of the time limit provided as time of completion whichever is less and thereafter………………… Engineer shall if in his opinion (which shall be final) ………………………… reasonable ground are shown there for authorize extension as may, in his opinion, be necessary or proper.

Contractor remains liable to pay compensation if action not taken under clause 3. Powers to take possession of or require removal of or sell contractor's plant Extension of time

CLAUSE 6 - On completion of the work the contractor shall send a registered notice to the Sub-Divisional Officer (hereinafter called Engineer Incharge) giving the date of completion and shall also send a copy of such notice to the Executive Engineer and shall request the Engineer Incharge to give him a certificate of completion. No such certificate will be given nor shall the work be considered to be complete until the contractor has removed from the premises on which the work has been executed all scaffolding, surplus materials and rubbish and cleaned all wood work, doors, windows, walls, floors or other parts of any building in upon or about which the work has been executed or of which he may have had possession for the purpose of the execution.

Thereof and if the contractor fails to do so, on or before the date fixed for completion of the work the Engineer Inchage may do so, and may sell such scaffoldings and materials as have not been removed by the contractor and the contractor shall forthwith pay all expenses so incurred and shall have no claim in respect of any such scaffolding, surplus materials as aforesaid except for any sum actually realized by the sale thereof. On completion the work shall be measured by Engineer Incharge, whose measurement shall be binding and conclusive against the contractor.

Final certificates

CLAUSE 7 - In case of work estimated to cost more than rupees one thousand the contractor shall, on submitting the bill thereof be entitled to receive a monthly payment proportionate to the part thereof than approved for such purpose by the

Payment on intermediate certificate to be

50

Engineer Incharge whose certificate approval and passing of the sum so payable shall be final and conclusive against the contractor. But any such payments will only be made as advances to be credited to Government in the final settlement of accounts, with the contractor and not as payment for work completed and passed, and the making of any such payment shall not either preclude the Executive Engineer or Sub-Divisional Officer from requiring the contractor to remove or reconstruct or re-erect any work on the ground that such work is bad, imperfect to unskilled or prevent Government from enforcing any claim against the contractor on account of any default by him or conclude, determine or affect in any way the powers of the Engineer Incharge under these conditions or any of them as to the final settlement and adjustment of the account or otherwise or in any other way vary or affect the contractor. The Engineer Incharge's certificate of the total amount payable for the work shall be final and binding on all parties.

regarded as advance.

CLAUSE 8 - If the contractor abandons, or is unable to complete the work …………….the Engineer may certify in writing the value of the work done by the contractor towards the completion of the contract. Such a certificate shall be final and conclusive against the contractor and he will not be paid more than the value of such work as so certified irrespective of the contract rates.

Inability to complete the work.

CLAUSE 9 - When the estimate on which a tender is made includes lump sum in respect of parts of the work, the contractor shall be entitled to payment in respect of the items of work involved, or the part of the work in question at the same rates as are payable under this contract for other such items of work, unless the parts of the work in question is not in the opinion of the Engineer Incharge, capable of measurement in which case the Engineer Incharge may pay such lump sum as he may determine to be the value thereof, and the certificate in writing of the Engineer Incharge shall be final and conclusive against contractor as to the basis upon which payment is to be made in such cases and as the amount to be paid.

Lump sum in estimates.

CLAUSE 10 - Every month or before a date to be fixed by the Engineer Incharge the contractor shall if so required, submit a bill for all works executed by him during the previous month and the Engineer Incharge shall take or cause to be taken all measurements necessary for checking the contractor's bill and adjusting his claim as speedily as possible. If the contractor does not submit his bill within the time so fixed, the Engineer Incharge may after giving the contractor…………………day's notice in writing measure or depute some one to measure such work in the presence of the contractor whose signature on the list of measurements shall be sufficient authority to the Engineer Incharge to draw up a bill passed on such measurements and any bill so drawn up shall be binding on the contractor. If the contractor fails to attend when such measurement are taken, such measurements shall be binding on him, and if he attends but refuses to sign the list of measurements the matter shall be referred to the immediate superior of the Engineer Incharge whose decision shall be binding on the contractor.

Bills to be submitted monthly.

CLAUSE 11 - The contractor shall submit all bills on the printed form which will be supplied to him at the office of the Engineer Incharge and all items in such bill shall be charged at the rates specified in the tender or in the case of any extra work ordered in pursuance of these conditions, and not mentioned or provided for in the tender, at the rate hereinafter provided in such work.

Bill to be on printed forms.

CLAUSE 12 - If the specification or estimate or the work provides for the use of any special description of materials to be supplied from the Engineer Incharge's store or it is required that the contractor shall use certain stores to be provided by the Engineer Incharge (such materials and stores and the prices to be charged therefore as hereinafter mentioned being so far as practicable and for convenience of the contractor specified in the Schedule hereto annexed but not so as is any way to control the meaning of effect of this contract) the contractor shall be supplied with which materials and stores and may from time to time be required by him for the purpose of the contract but only for such purposes and he shall pay for the same at rates specified in the said Schedule or if no rate is so specified at cost price as defined in clause 13 thereof.

All material so supplied to the contractor will become the property of the contractor but shall not on any account be removed from the site of the work until the whole work is certified to be completed by the Executive Engineer expect with the written permission of the Executive Engineer, and shall at all times be open to inspection

Stores supplied by Government

51

by the Engineer Incharge. The Executive Engineer shall however have the option to take over any such materials, if unused at time of the completion or termination of the contract at the specified issue rate or the current market rate whichever is less.

CLAUSE 12 (A) - In case where the contractor is himself to supply the material he must obtain the articles required for the construction of the work from the firms with which the Director of industries made arrangement while in the case of material for supply for which no such arrangements has been made by the Director of Industries but in respect of which officers have in consultation with consuming department prescribed specification and/or test the materials supplied by the contractor must conform to such specification and/or test.

CLAUSE 12 (B) - Provided always that the contractor shall not be entitled to any compensation for damages caused or loss sustained by him to for late supply of materials of store by the Engineer Incharge for the reasons beyond his control.

CLAUSE 13 - All articles required by the contractor for the construction of the work and which the contractor is to supply himself, shall be obtained by the contractor from the firms with which the Director of Industries has made arrangements and if for the supply of any articles no such arrangements have been made, any such articles supplied by the contractor shall conform to such specification and/or tests, if any, as may be prescribed by the Director of Industries in consultation with the consuming department.

CLAUSE 14 - The contractor shall obtain from the stores of the Engineer Incharge, all such imported stores or materials as may be required in any considerable quantity for the work or any part thereof or for making up articles required therefore or in connection there with. The value of such stores and as may be supplied to the contractor by the Engineer Incharge will be debited to the contractor in his account at the rates shown in the schedule to the contract and if they are not entered in Schedule, they will be debited at the cost price which for the purposes of this contract shall include the cost of carriage and all other expenses whatsoever which shall have been incurred in obtaining delivery of the same at the stored aforesaid, the Executive Engineer may issue materials to a contractor from existing stock if he asked for any excess of those entered in Schedule in such cases the price charged will be stock rate or market rate whichever is greater.

Stores imported from Europe to be obtained from Government

CLAUSE 15 - The contractor shall execute the whole and every part of the work in the most substantial and workman like manner and in every respect in strict accordance with the specification both as regards materials and otherwise. The contractor shall also conform exactly, fully and faithfully to the designs, drawings and instructions in writing relating to the work signed by the Engineer Incharge and lodged in his office, and the contractor shall be entitled to inspected the same during office hours and may at his own expense have copies of the specification and of all such designs, drawings and instructions as aforesaid made for his own use.

Work to be executed in accordance with specifications drawing orders etc.

CLAUSE 16 - The Engineer Incharge shall have power to make such alteration in or additions to the original specification, drawings, designs and instructions as may appear to him to be necessary or advisable during the progress of the work, and the contractor shall be bound to carry out the work in accordance with any instructions which may given to him in writing signed by the Engineer Incharge and such alternation shall not invalidate the contract, and any additional work which the contractor may be so directed to do shall be carried out by the contractor on the same contractions on all respect in which he agreed to do the main work, and at the same rates as are specified in the tender for the main work. The time for the completion of the work shall be extended in the proportion that the additional work bears to the original contract work, and the certificate of the Engineer Incharge shall be conclusive as to such proportion. If the additional work includes any item for which no rate is specified hereunder, the contractor shall carry out the work at the rate entered in the Schedule of rates of the District but if the Schedule does not contain any rate for such work, then the contractor shall not begin such work until a rate in respect of such work, has been settled by mutual agreement between him and the Engineer Incharge with approval of the officer accepting the contract and if they are unable to agree upon a rate within two weeks from the date when the

Alterations in specifications and designs Do not invalidate contract Extension of time in consequence of alterations. Rates for additional work not in estimate or schedule of rate of the district.

52

contractor received the order the Engineer Incharge may by notice in writing cancel the order for such work and carry it out in such manner as he may think best. In the event of dispute, the decision of the Superintending Engineer shall be final and binding on the contractor.

CLAUSE 17 - The Executive Engineer acting on the written orders of his immediate superior, may at any time by notice in writing to the contractor either stop the work altogether or reduce or cut it down. If the work is stopped altogether the contractor will only be paid for work done and expenses legitimately incurred by him on or preparation for the execution for the work up to the date on which such notice is received to him. Such expenses shall be assessed by the Executive Engineer whose decision shall be final and binding off the contractor. If the work is cut down the contractor will be paid for the work as so cut down but in neither case will be paid any compensation whatever for the loss of profit which he might have if he had been allowed to complete all the work included in the tender.

No compensation for alteration in or restriction of work to be carried out.

CLAUSE 18 - If the Engineer Incharge is satisfied that the construction of any part of the work is faulty or that materials used in the same are inferior to those for which the specification provides or that any materials or articles provided by the contractor are not in accordance with the contract he may, notwithstanding that such work, materials or articles may have been passed, certified or paid for, serve the contractor with notice in writing specifying the work, materials or articles of which he complains and requiring the contractor to remove such defects or to replace such materials or articles within a specified period of time.

If the contractor fails to comply, in all respect with the requirements to any such notice within ten days after the expiration of the period specified in that notice the Engineer Incharge may himself remedy such defects, or as the case may be, replace such materials or articles, and contractor shall pay all expenses incurred by the Engineer Incharge in so doing and the certificate in writing of the Engineer Incharge as to amount of any such expenses shall be final and binding upon the contractor.

Action and compensation payable in case of bad work.

CLAUSE 18 (A) - Government shall have the right to accept the reduced rate substandard or defective work, and to cause and audit any technical examination of work and running and final bills of the contractor including all supporting vouchers, abstract etc., to be made before or after the payment of the final bills and if as a result of such acceptance of sub-standard or defective work, audit and technical examination; any sum is found to have been over paid in respect of any work done by the contractor under the contract or any work claimed to have been done by him under the contract but found not to have been actually executed, the contractor shall be liable to refund the amount of the over payment and it shall be lawful for Government to recover the same from him in the manner prescribed in clause 1 above 1 above or any other manner legally permissible, and if it is found that the contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment may be duly paid by Government to the contractor.

Provided that the sub-standard or defective work accepted if not considered to be seriously defective by the Engineer Incharge and the rate of the work accepted is suitably reduced by him to compensate the Government, such reduction will be binding on the contractor.

Stores supplied by Government

CLAUSE 19 - All works under or in the course of extension or executed in pursuance of the contract shall at all time be open for inspection and supervision by the Engineer In Charge and his subordinates and the contractor shall at all times during the usual working hours and on any other occasion of which he shall have had reasonable notice, either himself be present to receive order and instructions, or have responsible agent duly accredited in writing present for that purpose. Orders given to any such agent have the same officer as order given to the contractor himself.

Work to open to inspection Contractor or responsible agent to be present.

CLAUSE 19 (A) - No labour below the age of 14 years shall be employed on the work.

CLAUSE 19 (B) - The contractor shall pay to his labourer a fair wage.

CLAUSE 19 (C) - The contractor before he commences the work shall (a) post in a

53

conspicuous place of the work a notice giving the rates of wages which have been certified as fair by the Executive Engineer, & (b) send a copy of the notice to Executive Engineer.

CLAUSE 19 (D) - The contractor shall be bound and shall be responsible to comply with the provisions of the labour laws in force in the State of Uttar Pradesh including the Minimum Wages Act or any enactment in supersession, extension or modification there of which may be passed at any time or from time to time by a competent legislative body and may have effect in the State of Uttar Pradesh and the Rules and Regulations made thereunder or any amendments or modifications thereof for the time being in force. All expenses in connection with the compliance of such law and rules shall be borne by the contractor, and the contractor shall neither demand nor claim nor shall be entitled to any additional payment for the reason that he failed to take into account any such expenses in his tender or that any subsequent amendments in such laws or rules have changed the basis on which he worked out such expenses while submitting his tender.

In every case in which by virtue of the provisions of the labour laws in force in the State of Uttar Pradesh and the rules and regulations made thereunder, the Government is obliged to pay any sum in the execution of the work. Government will recover from the contractor the amount so paid, and without prejudice to the other rights of the Government, the Government shall be at liberty to recover such amount or any part thereof by deducting it either from the security money deposited by the contractor or to his credit under Clause 1 of these conditions or from any other sum due by Government to the contractor whether under this contract or otherwise.

CLAUSE 19 (E) - The contractor shall engage labour for the work through the nearest Employment Exchange.

CLAUSE 19 (F) - The contractor will request the Employment Exchange to provide him labour on wages to be mentioned by him which shall not be less than the fair wages for the locality of the work to be fixed by the Superintending Engineer in consultation with the District Magistrate concerned. He will also specify the period of the supply of labour which shall not be less than a week from the date of contract or request for labour at the Employment Exchange. It Employment Exchange fails to supply labour within the specified period the contractor will have option to engage labour from other sources.

CLAUSE 19 (G) - The labour employed through Exchange will be kept at par with and shall have not preference over the labour engaged by the contractor privately as regards their transport, wages, accommodation, working hours and amenities. The contractor will have the option to dispense with the labour without any reference to the Exchange when such labour is not required for the work and when he is not satisfied with it, but he will give due information of the discharge of the labour to the Exchange.

CLAUSE 20 - In order that the work may be measured and the correct dimensions thereof be taken, the contractor shall not cover up any part of the same or otherwise place in beyond the reach of measurement until he has either obtained the consent in writing or Engineer Incharge or of the subordinate Incharge of the work or unit he has given to the Engineer Incharge or to such subordinate five days notice in writing that the work is ready for measurement. If the contractor covers up any work or places it beyond reach of the measurement without such consent and before the expiration of the period of such notice, the contractor shall either, as he may elect strip such work at his own expense in order that it may be measured or shall forfeit the price of such work and of the materials used in its construction.

Notice to be given before work is covered up.

CLAUSE 21 - All work to be executed under the contract shall be executed under the direction and subject of the approval in all respects of the Engineer Incharge for the time being who shall be entitled to direct at what points and in what manner they are to be commenced, and from time to time carried on.

Direction of work.

CLAUSE 22 - Except where otherwise specified in the contract the decision of the………...… Engineer for the time being shall be final conclusive and binding on all parties to the contract upon all questions relating to the meaning of the

Decision of Engineer to be final.

54

specifications, designs, drawings and instructions herein before mentioned. The decisions of such Engineer as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs or drawings, specification estimates instructions order or these conditions, or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment of the contract by the contractor shall also be final conclusive and binding on the contractor.

CLAUSE 23 - If the contractor, or his work people or servant shall break, deface, injure or destroy any part of a building, on or in which they may be working or any building, road fence enclosure or grass land or cultivated ground continuous to the premises on which the work or any part of it is being executed or if any damage shall happen to the work while in progress from any cause due to the negligence or responsibility (the decision of the Executive Engineer shall final) the contractor shall at his own expense make good such damage, or in default, the Engineer Incharge may cause the same to be made good and the contractor shall pay any expense so incurred and the certificate of the Engineer Incharge as to the amount of such expenses shall be final and binding on the contractor.

Contractor liable for damage done and for imperfections for three months after certificate.

CLAUSE 24 - The contractor shall supply at his own cost all materials (except such special materials, if any, as may in accordance with the contract be supplied from the Engineer Incharge's stores, plant, tools, appliances, implements, ladders, cordage, takle, scaffolding and temporary, works requisite for the proper execution of the work, whether original, altered or substituted and whether included in the specifications or not, which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer Incharge as to any matter as to which under there conditions he is entitled to be satisfied or which he is entitled to require, and shall pay for the carriage of all such things to and from the work. The contractor shall also without charge worksman with the names and materials necessary for the purpose of setting out of works, and for counting, weighing and assisting in the measurement or examination of the work, or material at any time. If the contractor fails to do so the same may be provided by the Engineer Incharge, and the contractor shall pay the cost of the same as certified by the Engineer Incharge whose certificate shall be final. The contractor shall also provide all necessary fencing and lights required to protect the public from accident and shall bear the expenses of defence of every suit, action or other proceeding at law that may be brought by any person for injury sustained owing to neglect of the above precautions, and shall also pay any damages and cost which may be awarded in any such suit action or proceeding to and such persons or, which may with the consent of the contractor be paid to compromise any claim by any such person.

Contractor to supply plant, ladders, scaffolding etc. And liable for damages arising from non-provision of light fencing etc.

CLAUSE 25 - The contractor shall not employ female labour in the execution of the work or any part thereof within the limits of a cantonment.

Female labour not be employed

CLAUSE 26 - The contractor shall not assign or sub-let the contract without the written approval of the………………….Engineer, and if the contractor does or attempts to make any composition with his creditors, or if he or any of his servants or agents either directly or indirectly, gives offers or promises any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise to any public officer or person in the employ of Government in any way relating to his office or employments, or if any such officer or person shall become in any way directly or indirectly interested in the contract without having first obtained the permission in writing of the Government the……………………... Engineer may there upon by notice in writing rescind the contract, and the security deposit of the contractor shall there upon stand forfeited and be absolutely at the disposal of Government and the same consequences shall ensure as if the contract has been rescinded under clause 3 here of, and in addition the contractor shall not be entitled to recover or be paid for any work thereof actually performed under the contract.

Work not to be sublet.

Contract may be rescinded and security deposit forfeited for sub-letting, bribing or if contractor become insolvent.

Sum payable by way of compensation to be considered as reasonable compensation with-out reference to actual loss.

CLAUSE 27 - Any sum payable by the contractor as compensation under any of these conditions shall be deemed to be reasonable compensation for the act or default in respect of which the same becomes payable without proof of the actual amount of damages or loss sustained.

CLAUSE 28 - In the case of a tender by partners, the contractor shall state the Changes in

55

name of the members of the firm and shall notify to the Engineer Incharge any change in the constitution of the firm as soon as such change occurs.

constitution of firm.

CLAUSE 29 - in case of any class of work for which there is no such specification as is mentioned in rule I, such work shall be carried out in accordance with the district specification, and if there is no district specification, the work shall be carried out in all respects in accordance with instructions and requirements of the Engineer Incharge.

Action where no specification is given.

CLAUSE 30 - In these conditions unless there is something in the subject or context repugnant to such an interpretation, the expression 'works or works' mean the work to be done or executed under the contract whether such work is permanent or temporary and whether it is original, altered, substituted or additional.

Definition of work.

CLAUSE 31 - The addition and deductions on account of the percentage referred to at page 3 of the accepted tender will be calculated on the gross, and not the net amounts of the bill for the work done.

Contractor's percentage whether applied to net or gross amount of bill (Strike out this clause in the case of an item rate contract).

Compensation to workmen.

CLAUSE 32 (1) - In every case in which by virtue of the provisions of section 12 sub-section (1) of the Workmen's Compensation Act 1932, Government is obliged to pay compensation to a workman employed by the contractor by any sub-contractor from him in the execution of the work. Government will recover from the contractor the amount of the compensation so paid, and without prejudice to the rights of Government under section 12 sub-section (2) of the said Act, Government shall be at liberty to recover such amount or any part thereof by deducting it either from the security money deposited by the contractor or to his credit under clause 1 of these conditions or from any other sum due by Government to the contractor whether under this contract or otherwise.

CLAUSE 32 (2) - Government shall not be bound to contest any claim made against it under section 11, sub-section (1) of the said Act, except on the written request of the contractor and upon his given to Government full security for all costs for which Government might become liable in consequence of contesting the claim.

CLAUSE 33 - Not withstanding any thing stipulated in the aforesaid clauses, Government shall have power to retain any sum due to the contractor(s) and sell off all claims against him (them) whether arising out of the particular contractor out of any other transaction or contract held by him (them) alone or in partnership with others.

CLAUSE 34 (A)(i) - If the contractor considered any record or ruling of the Engineer Incharge or his representative in respect of any of the provisions of this contract to be unfair or considers any work demanded by him, to be outside the requirements of the contract he shall immediately, ask upon such record or ruling being made or such work being demanded in writing for written instructions or decisions, on receipt whereof he shall proceed without any delay to confirm to the record or ruling or to perform the work demanded and within 15 days after date of receipt of the written instructions of decision he may file written protest upto the Engineer Incharge stating clearly and in detail the basis of his object ion. Except for such protest or objections as or made on record in the manner herein specified and within the limit stated, rulings, instruction or decisions of the Engineer Incharge shall be conclusive and bindings on the contractor. Instructions and/or decisions of the Engineer Incharge contained in letter transmitting drawings to the contractor shall be considered as written instructions or decisions, subject to protest or objection as herein provided.

CLAUSE 34 (A)(ii) - If the contractor is dissatisfied with the final decision of the Engineer Incharge on the protest or objection made by the contractor in accordance with the procedure prescribed in clause 34(A)(i) the contractor may within twenty eight (28) days after receiving notice of such decision, give notice in writing to the Engineer Incharge requiring that the matter be submitted to arbitration and furnishing detailed particulars of the dispute or difference specifying clearly the point at issue. If the contractor fails to give such notice within the period of 28 days as stipulated above the decision of the Engineer Incharge shall be conclusive and binding on the contractor.

56

CLAUSE 34 (A)(iii) - Every dispute, difference or question which may at any time arise between the parties hereto or any person claiming under them, touching or arising out or in respect of this deed or the subject matter thereof shall be referred to the arbitration of…………………….Or any person nominated by him. It will be no objection to any such appointment that the arbitrator so appointed is a Government servant that had to deal with the matters to which the contract relates and that in the course of his duties as Government servant had expressed views on all or any of the matters in dispute or difference. In the event of the arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reason ………………..shall either enter upon the reference himself or appoint another person to act as arbitrator. Such person shall be entitled to proceed with the reference from the stage ity was left by his predecessor. No person other than a person appointed aforesaid should act as arbitrator and if for any reason that is possible, the matter is not to be referred to arbitrator at all.

That the party invoking the arbitrator shall specify the dispute or disputes to be referred to arbitrator together with the amount or amounts claimed in respect of each such disputes.

Subject as aforesaid the provisions of the arbitration Act, 1940 any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings.

CLAUSE 34 (A)(iv) - If work under the contract has not been complied when a dispute is re-contrainued during the arbitration proceedings and no payment due to the contractor within the provisions of the contract shall be withheld on account of arbitration proceedings unless authorized or required by the arbitrator.

CLAUSE 34 (A)(v) - The cost of such arbitration shall be brone by the parties or party as decided by the arbitrator.

CLAUSE 34 (B)(i) - Every dispute, difference or question which may at any time arise between the parties here to or any person claiming under them, touching or arising out or in respect this deed or the subject matter there of shall be referred to the arbitration of or any person nominated by him. It will be no objection to any such appointment that the arbitrator so appointed is a Government servant that he had to

deal with the matter to which relates and that in the course of his duties as Government servant he had expressed views on all any of the matters in dispute or differences. In the event to the

arbitrator to whom the matter is originally referred being transferred or vacating his office of unable to act for any reason …………….. shall either upon the reference himself or a appoint another person to act as arbitrator. Such person shall act from the stage it was left by his predecessor.

CLAUSE 34 (B)(ii) - No person other than a person appointed as aforesaid should act as arbitrator and if for any reason that is not possible the matter is not to be referred to arbitrator at all.

CLAUSE 34 (B)(iii) - The party invoking the arbitrations, shall specify the dispute or disputes to be referred to arbitration together with the amount or amounts claimed in respect of such dispute.

Subject as aforesaid the provisions of the arbitration Act 1940 or any statutory modification or re-enactment there and the rules made there under and for the time being in force shall apply to the arbitration proceedings.

The arbitrator may from time to time with the consent of the parties enlarge the time for making and publishing the award.

CLAUSE 35 - Quantities are liable to variation on either sides without entitling the contractor to compensation on this account.

CLAUSE 36 - Contractor shall himself make proper living accommodation, water and sanitary arrangements etc. for labour which ordinarily should be arranged through Employment Exchange, will give preference to Ex-serviceman. He will have to remove any undesirable labour if ordered by the department.

57

CLAUSE 37 - Claims not preferred within 48 hours of occurrence are liable to be rejected.

CLAUSE 38 - no extra payment shall be made to the contractor for making profiles and namunas in connection with the execution of work as per G.O.N. 335-3B/66 XXIII-IB dated 22-6-1966.

CLAUSE 39 - During the course of construction if and emergency is forwarded due to any clause or claims of works the contractor shall send a registered notice to the……………..Engineer Incharge within a fortnight of the origin of the claims. If he fails to do so or if he postpones submission of such claims till the completion of work he will be entitled to no compensation.

CLAUSE 40 - The contractor shall not influence or direct labour borne on the Muster Roll or by any other contractor, by paying higher wages or providing extra facilities without the permissions of the ………………. Engineer and if he does so contrary to the above, will be responsible for the loss of or damage caused or claimed by other parties and the decision of the ………………. Engineer as to the amount of such damage shall be final and binding on both parties.

CLAUSE 41 - This agreement is subject to the standard specifications. The clearance of site shall be done by the contractor at his own expenses.

CLAUSE 42 - Income Tax at the rate of 2.266% shall be deducted from the bill in terms of subsection (i) of section 194 (c) of Income Tax Act, XVI of 1972.

CLAUSE 43 - FOR FAMILY PLANNING PURPOSE IN CONTRACT - The contractor agrees to persuade all his labour and other employees, including causal labour employed by him, to adopt family planning techniques (including vasectomy and Tubectony) in lines with policies and programme announced by the State Government from time to time relation to the State Government in so for as may applicable and to furnish to Engineer Incharge monthly report in this behalf as per G.O. No. 5032/76-23/C-/1975/76 dated 8 Sept. 1976.

CLAUSE 44 - Thirty percent of the payment due to contractor may be made in the form of grains which shall be made available to him from any of the godowns of F.C.I. The grains at the rates made available to contractor shall have to be accepted by the contractor as prescribed by the Government.

58

fo'ks"k 'krsZfo'ks"k 'krsZfo'ks"k 'krsZfo'ks"k 'krsZ

1-0 bl vuqcU/k esa tgk¡ dgha fuEufyf[kr 'kCnksa dk iz;ksx gks] budk vFkZ fuEufyf[kr gSA

1-1 v/kh{k.k vfHk;Urk dk vFkZ gS v/kh{k.k vfHk;Urk] ,dkn'ke~ e.My] flapkbZ dk;Z] QStkcknA

1-2 vf/k'kklh vfHk;Urk dk vFkZ gS] vf/k'kklh vfHk;Urk] ck<+ dk;Z [k.M] ckjkcadhA

1-3 bathfu;j bapktZ dk vFkZ gS] dk;Z ls lEcU/kh vf/k'kklh vfHk;Urk] ck<+ dk;Z [k.M] ckjkcadhA

1-4 Bsdsnkj dk vFkZ gS] og Bsdsnkj ftldh fufonk Lohdkj dj fy;k x;k gS o ftlds lkFk og vuqcU/k fd;k tk;A

2- ;fn dksbZ fufonk nsus okyk ftldh fufonk Lohdkj dj yh x;h gks] vkns'k ikus ij 7 fnu ds vUnj dk;Z dh vuqekfur ykxr dk fu;ekuqlkj 10% ,oa ijQkjesUl /kujkf'k tek djds vuqcU/k ij gLrk{kj ugha djrk rks mlds }kjk tek dh gqbZ vfxze /kujkf'k tCr dj yh tk;sxh vkSj fufonk dh Lohd`fr jn~n dj nh tk;sxh o dk;Z fdlh vU; dks ns fn;k tk;sxkA

3- fufonk nsus okys dks pkfg, og vius vuqHko] dk;Z dq'kyrk lEcfU/kr izek.k&i=ksa dh lR; izfrfyfi Hkh fufonk ds lkFk tek djsaA

4- fufonk nsus okys vius gLrk{kj ds uhps viuk iwjk uke o irk lkQ&lkQ fy[ksA mlh irs ij mlls vuqcU/k lEcU/kh i= O;ogkj fd;k tk;sxkA ;g eku fy;k tk;sxk fd foHkkx }kjk ml irs ij Hksts x;s lc i= Bsdsnkj dks fey x;sA ml irs ij Hksts x;s i=ksa dh izkfIr dk vpwd izcU/k djus dh ftEesnkjh Bsdsnkj ij gksxhA

5- fufonk ds lkFk uRFkh lHkh dkxtkr ij vafdr LFkkuksa ij Bsdsnkj dks vius fnukafdr gLrk{kj djds fufonk Mkyuk pkfg,A

6- ;g eku fy;k tk;sxk fd fufonk nsus okys us flapkbZ foHkkx ds fof'kf"V;k¡ o fufonk ds lkFk&lkFk uRFkh 'krksZa] /kkjkvksa o fu;eksa dks /;kuiwoZd le> fy;k gS o muds vuqlkj dk;Z djus ij lger gSA ;g eku fy;k tk;sxk fd mlus dk;Z LFky ns[k fy;k gS o mlls lEcfU/kr lc tkudkjh izkIr dj fy;k gSA lwpuk;sa /;kuiwoZd i<+dj le> fy;k gSA

7- Bsdsnkj dk;Z LFky ds vklikl cus dk;ksZa o isM+&ikS/kksa ftuls ml dk;Z esa ck/kk u iM+ jgh gks dh lqj{kk dk ftEesnkj gksxk ,sls dk;ksZa o isM+ ikS/kksa dk Bsdsnkj ;k mlds etnwjksa }kjk {kfr iwfrZ dh ftEesnkjh Bsdsnkj ij gksxhA

8- dk;Z LFky ij ;k feV~Vh dh [kqnkbZ esa feys iqjkus flDds] ,sfrgkfld egRo dh oLrq,¡ bR;kfn] lc ljdkjh lEifÙk gksxhA Bsdsnkj dk viuk dksbZ Dyse u gksxkA

9- csap ekdZ o losZ ds nwljs fpUgksa dk lqjf{kr j[kus dh ftEesnkjh Bsdsnkj dh gksxhA ;fn Bsdsnkj ;k mlds etnwjksa dh vlko/kkuh ls csap ekdZ o fpUg vius LFky ls gV x;s ;k mlesa dksbZ ifjorZu gks x;k gks rks nqckjk Bhd djus dk [kpkZ Bsdsnkj dks ogu djuk gksxkA

10- fufonk esa nh xbZ ek= vuqekfur gSA foHkkx dh vko';drk iM+us ij mu ek=kvksa esa ?kVksÙkjh o c<+ksÙkjh djus dk vf/kdkj gksxk Bsdsnkj dh c<+h gqbZ ek=k Hkh vius vuqcU/k esa fn;s x;s nj ij gh iwjh djuh gksxh vkSj deh os'kh ds fy, foHkkx dksbZ Dyse Lohdkj u djsxkA

11- vf/k'kklh vfHk;Urk dk;Z ds fy, viuk vf/kd̀r izfrfuf/k fu;qDr djsxsa tks dk;ZHkkj lEcfU/kr vfHk;Urk gksxk vkSj Bsdsnkj dks lEcfU/kr vfHk;Urk }kjk fn;s dk;Z lEcU/kh lHkh vkns'k ekU; gksxsaA

12- fufonk Lohd̀r gksus ds lwpuk ikus ds 7 fnu ds Hkhrj Bsdsnkj dks vius vf/kd̀r izfrfuf/k;ksa ds uke lEcfU/kr vfHk;Urk dks lwfpr djus gksxsaA ;g izfrfuf/k gj le; dk;Z LFky ij mifLFkr jgsaxs] vkSj dk;Z lEcU/kh gj vkns'k dk ikyu djsaxsA mudks fn;s x;s

59

,sls lHkh vkns'kksa ds ikyu dh ftEesnkjh Bsdsnkj ij gksxhA ;g eku fy;k tk;sxk fd dk;Z lEcU/kh lc vkns'kksa tks izfrfuf/k;ksa dks le;&le; ij fn;k tk;sx] oks fu;ekuqlkj Bsdsnkj dks fn;s x;s gSaA

13- vuqcU/k gks tkus ds mijkUr Bsdsnkj dks foLrkjiwoZd dk;Z izksxzke ¼ikf{kd½ izsf"kr djuk gksxk] ftlds vuqlkj dk;Z izxfr o Hkqxrku lEHko gks ldsxsaA

14- ;fn Bsdsnkj etnwjksa dks dk;Z LFky ij gh j[krk gS rks mls vius [kpsZ ij etnwjksa ds jgus] ikuh ihus] 'kkSp] lQkbZ bR;kfn dk mfpr izcU/k djuk gksxk vkSj foHkkx ij bl lEcU/k esa Dyse ekU; u gksxkA

15- ;fn lEcfU/kr vfHk;Urk dk;Z LFky ij fdlh Hkh O;fDr dk jguk mfpr u le>rs gks] rc mldk vkns'k ikus ij Bsdsnkj mls rqjUr dk;ZLFky ls gVk nsxkA

16- Bsdsnkj dk;Z djrs le; dk;Z esa yxs etnwjksa dks gj izdkj dh nq?kZVuk ds cpkus dk ;Fkk lEHko iz;Ru j[ksxk o dsUnzh; o jkT; ljdkj }kjk le;&le; ij tkjh fd;s x;s lqj{kk lEcU/kh lykgksa] fu;eksa dk dM+kbZ ls ikyu djsxkA bl ij Hkh ;fn dk;Z djrs le; dk;ZLFky ij dksbZ nq?kZVuk gks tkrh gS rks mldk fu;ekuqlkj eqvkotk bR;kfn nsus dk mÙkjnkf;Ro Bsdsnkj ij gksxk ijUrq bl lEcU/k esa foHkkx dksbZ Dyse Lohdkj u djsxkA

17- foHkkx dks ;g vf/kdkj gksxk fd Bsdsnkj dks fn;s x;s dk;Z LFky ds vklikl vU; dk;Z foHkkxh; ek/;e ;k vU; Bsdsnkj }kjk djk;sA

18- ;fn fdlh ,sls dkj.k ls ftldk izkfo/kku vuqcU/k esa u gks Bsdsnkj dks foHkkx ij Dyse djuk iM+s] Dyse dk dkj.k mRiUu gksus ds 2 ?kUVs ds vUnj lEcfU/kr vfHk;Urk dks fyf[kr :Ik ls izkIr gks tkuh pkfg, ;fn Dyse dk dkj.k yEcs vjls rd cuk jgs rks Bsdsnkj viuk Dyse dh iwjh rQlhy ds lkFk jkstkuk lEcfU/kr vfHk;Urk dks fyf[kr lwpuk nsxkA fu/kkZfjr le; ds vUnj Dyse nj dh lwpuk u nsus ij Dyse jn~n fd;k tk ldrk gSA

19- fdlh Hkh dkj.k etnwj ds [kkyh cSBus dk Dyse ugha ekuk tk;sxkA

20- vuqcU/k gksus ls igys ;k pkyw jgrs gq, Bsdsnkj o foHkkx ds fdlh Hkh vf/kdkjh ls gqbZ tckuh ckrphr ;k vuqcU/k dks fdlh Hkh /kkjk ;k 'krZ ij dksbZ izHkko ugha iM+rkA

21- vko';drk iM+us ij Bsdsnkj dks jkr esa Hkh dk;Z djuk gksxk ftlds fy, vyx ls dksbZ Dyse ekU; u gksxkA

22- dk;Z gksus ij Bsdsnkj dk;Z LFky dks fcYdqy lkQ lqFkjh gkyr esa NksM+sxk] ftlds fy, mls dksbZ vyx ls Hkqxrku u gksxkA ,slk u djus ij foHkkx vU; ek/;e ls ;g dk;Z djk;sxk] o mldk O;; Bsdsnkj dks ogu djuk gksxkA

23- bl vuqcU/k ds vUrxZr gksus okyk dk;Z dsUnzh; o jkT; ljdkj }kjk tkjh fd;s x;s dkuwu ds vuqlkj o tuin U;k;ky; QStkckn ds v/khu gksxkA

24- bl vuqcU/k ls lEcfU/kr lHkh fookn dk QSlyk vkil esa cSBdj Bsdsnkj o v/kh{k.k vfHk;Urk@vf/k'kklh vfHk;Urk ds chp u gksus ik;s] fu.kZ;kFkZ eq[; vfHk;Urk] 'kkjnk lgk;d] xaxk flapkbZ Hkou] rsyhckx] y[kuÅ ds le{k izLrqr gksxsa vkSj mldk fu.kZ; v/kh{k.k vfHk;Urk@vf/k'kklh vfHk;Urk o Bsdsnkj nksuksa ij ekU; gksxkA

25- 'kkldh; fu;ekuqlkj Bsdsnkj ds chtd eas ls fu/kkZfjr vk;dj@oSV@jk;YVh@yscj lsl ,oa vU; dj tks mRrj izns'k ljdkj }kjk le;&le; ij fofHkUu 'kklukns'kksa@vkns'kksa }kjk ykxw fd;k tkrk gS fd /kujkf'k dkVdj gh Hkqxrku fd;k tk;sxkA

g0@& Bsdsnkj

g0@& v/kh{k.k vfHk;Urk

,ekn'ke~ e.My] flapkbZ dk;Z] QStkckn mRrj izns'k

60

TECHNICAL SPECIFICATIONS

1.0 GENERAL

1.1 DESCRIPTION OF WORK

(a) The work consists of........................................The chainage of the work

has been defined at sit site by pillars built along the alignment.

(b) The construction of the above work shall be done conforming to approve

drawing, supplied by the Engineer-in-Charge.

1.02 All works shall be carried out in accordance with the detailed specifications

hereinafter described I.D. Specifications. In case specifications of any work

are not given, State Engineers Academy, Kalagarh in March 1990 and also

relevant I.S. codes/manuals shall carry the same out in accordance with Uttar

Pradesh Irrigation Department. In case the specifications of any work are not

given either in the Uttar Pradesh, Irrigation Department specifications or

hereinafter, the work shall be carried out in accordance with the instructions

and directions of the Engineer-in-charge.

1.03 No claim shall be entertained from the contractor for compensation or

damages resulting from non-availability of land due to resistance of cultivator

or otherwise. Only suitable time extension shall be granted to the contractor,

for the period for which delay is caused or work is held up.

61

Technical Specification for PUCCA WORKS

1. General

1.01- All the items of work under this contract shall be carried out in acceptance with the detailed

Irrigation Deptt. Specifications In case specifications of any work are not given, State

Engineers Academy, Kalagarh in March 1990 and also relevant I.S. codes/manuals shall

carry the same out in accordance with Uttar Pradesh Irrigation Department. (copy of detailed

Irrigation Department Specification are available in the office of Executive Engineer & also

in the office of Engineer Incharge which can be seen in the office on request & if required

contractor may take notes from them & as directed by Engineer Incharge except in so for as

they are amended or supplemented by the following).

1.02- In case of any discrepancy between the aforesaid two the latter shall prevail.

1.03- Contractor shall install hand-pump to ensure adequate supply of water for the construction

and drinking water for labour at his own cost. He shall maintain the hand pump in good

condition throughout the period of execution of work.

1.04- The contractor shall also prepare & maintain a pucca water tank of size 3 m x 3 m x 1 m at

his own cost to store clean water for construction. The water tank shall be constructed as per

direction & specification given by the Engineer Incharge.

2. Excavation in Foundation

2.01- The earthwork in foundation trenches shall be done to the exact depth & width of the lowest

step of footing in all types of soil, kankar Charri of Bajri or any other type of soil or stone.

2.02- The sides of the trenches shall be left plumb. Where the nature of soil permit it but the sides

must be sloped back or shored up carefully as per direction of Engineer Incharge where the

soil appears likely to fall in. The excavation is carried out in such manner that the side slopes

are stable and safe for workmen. The contractor shall be responsible for any loss or damages

or injury to workmen due to slipping of the sides of any excavation or embankment etc.

2.03- No excavated material shall be placed within 1.0 metre from the edge of any finish

foundation Trench.

2.04- The bottom of the foundation trenched must be perfectly level both longitudinally and

transversely and stepings where indicated in the plans or ordered by the Engineer Incharge

must be squarely benched. The bottom of the trench shall be slightly watered and well

remmed.

2.05- If any soft places come to light on inspection or by ramming they shall be dug out and dealt

with as ordered by Engineer Incharge.

2.06- Roots of all trees and plants encountered in digging trenches shall be removed completely up

to a distance 50 cm on side and bottom of trench and shall then be burnt and someared with

boiling coaltar at the expenses of the contractor. The hole thus occurring in the trench shall

be filled with cement concrete to make it flush with the bottom or sinside of the trench as

directed by Engineer Incharge.

2.07- The holes caused by removal of any boulder shall also be filled by cement concrete.

2.08- The concrete needed to fill up the cavaties etc., shall be provided for foundation concrete and

will be payable in that item.

2.09- Excavation shall be carried out to the required bottom level of foundation. Any excess

excavation done shall not be paid. For such extra excavation done shall have to be filled up

with the concrete 1 : 6 : 12 by the contractor at his own expense. Cement shall be charged at

stock issue rate.

2.1- Disposal of excavated Earth.

2.1.1- The contractor can be directed by the Engineer Incharge to dispose of the excavated material

as specified within a distance of 30 M in approaches or embankments without entitling the

contractor for any extra payment on this account.

2.1.2- In case the excavated material is allowed to be used by the Engineer Incharge, in filling the

foundation trenches the earth shall be placed in layers of not more than 20 cm. depth, watered

& well rammed to the satisfaction of Engineer Incharge & no payments shall be made for

back filling & ramming etc.

2.1.3- No extra payment shall be made to the contractor for any lifts involved in the disposal of the

excavated material.

62

2.1.4- Finds-Any finds made on the site such as relief of antiquity, coins, fossils or other articles of

Value & any useful building material or trees etc. shall be delivered to the Engineer Incharge

and will be the property of Government.

2.2. Dewatering of foundations

2.2.1- The contractor at his own expense & fix proper & sufficient pumps and shall pump out or

otherwise remove any water which may exist or be found at any time in the foundation or

trench and shall make at his won expenses all bunds of other work necessary for keeping the

excavation clear of water during the progress of work. Water must on no account be ever

allowed to rise above the level of the of any subsoil drain or the underside of any concrete

foundation.

2.2.2- However if the pumps are available with the department the same can be loaned on the

written request of the contractor as per terms and conditions of Schedule 'D' attached but

nonavailability or non issue of pump shall not entitle the contractor for any claim etc. or non

completion of work.

2.2.3- Report the completion of foundation treches shall be made to the Engineer Incharge, no

concrete or masonary work shall be commenced without his sanction in writing.

2.2.4- The tendered rates shall include all the items of work detailed I.D. specification and as

specified above and shall be paid as per item in shedule of quantity.

3.0. Form work for foundation concrete

3.01- Forms for placing the concrete shall be provided by the contractor whenever necessary

whenever required by the Engineer Incharge. Such forms shall be substantial and no yielding

to withstand the stresses caused during placing tamping or vibrating the concrete. They shall

be stable so that the concrete placed in them conforms to the design dimensions and contours.

The joints shall be tight enough to prevent any leakage of mortar. The inner surface of the

sorms shall be treated as per direction of Engineer Incharge so as to facilitate removal of

forms without shock or vibrator and without consequent tearing of concrete.

3.02- In ordinary circumstances the stem of Form work is in the stem of cement concrete in

foundation but shall be paid extract where due to site conditions the foundation trenches can

not be excavated to the exact dimensions as provided in the drawing and special

arrangements have to be made by the contractor to provide Form work as per directions of

the Engineer Incharge in writing.

3.03- The rate for Form work shall be quoted as per Sq. Meter of the contract area of concrete with

which the Form work shall come into contact after the finished item of concreting.

4.0. Cement Concrete (all mixes)

4.01- The concrete shall consist of port-land cement and fine & coarse aggregate mixed with water

in proportion as provided in Bill of Quantity & specified by the Engineer Incharge.

4.02- The rate shall be for finished item of work as per detailed I.D. specification per cubic metre

of concrete laid in position including cost of all materials, Labour T & P curing finishing

taxes etc.

4.03. Specification (General)

The work shall be executed as per detailed Irrigation specification.

4.04. Specifications for coarse Aggregate Stone Ballast

4.041- The coarse aggregate shall consist of stone ballast which should be free from organic

materials sand & clay should be approved by Engineer incharge.

4.042- The size of the coarse aggregate shall conform ISI-383/1970 for graded aggregate of 40 mm

& 20 mm normal size 40 mm stone ballast shall be used and for all other works graded 20

mm stone ballast shall be used.

4.043- Any rejected material shall have to be removed from the site within 48 hours of the written

order of the Engineer Incharge otherwise the same shall be removed by any other agency and

the cost so involved shall be recovered from the contractor.

4.044- Coarse aggregate shall be stored in separate stock piles. The piles shall be so located as to

avoid any undesirable material mixed up with the aggregate.

4.045- The required quantity of material shall be collected at site and approved by Engineer

Incharge before it is used.

4.05. Specification for Fine Aggregate

4.051- The fine aggregate shall conform as per ISI383-1970 and shall have Fineness Modulus more

than -2 for masonry works and for reinforced concrete or plain concrete works.

63

4.052- No mixing of Sand of different Fineness modulus shall be allowed to achieve the above

finances modulus.

4.053- The sand shall be dry and free from any foreign matter and harmful impurities.

4.054- Bulking Extra quantity of material shall be mixed as per bulkage to be observed and

approved by the Engineer Incharge at site.

5.00- The required quantity of material shall be graded at site and approved by Engineer Incharge

before it is used.

6.00. Cement.

6.01- One bag of cement shall be assumed to contain 1.20 cft. (48 to 50 Kg.) of cement and shall

be used as such unless from appearance the bag appears to contain lesser cement in such the

sample weighting of the cement bags shall be done and mixing shall be done by weight and

no cement shall be issued on this account. Contractor should ensure of the correct content

and quantity in the bag before taking delivery from store after which the responsibility of

correct content and quantity in the bag will rest with the contractor.

6.02- Cement issued to the contractor shall be stored by him in dry state in water proof structure so

as to avoid its deteriorated by absorption of moisture.

6.03- The cement that has deteriorated or, is spoiled after issue to the contractor shall not be used

on works and shall be destroyed under the instructions of Engineer Incharge. The cost of

such cement shall be recovered from the contractor at twice at issue rate.

6.04- Any empty cement bags shall have to be returned to the store in good condition regularly

otherwise the cost of the same shall be deducted from contractor's bill as per conditions of

Schedule "B".

6.05- The contractor shall not hold large stocks of cement. The issue of cement shall be subject to

the approval of Engineer Incharge.

6.06- The contractor shall maintain a register for showing the receipt and consumption of cement

on the form prescribed below which shall be available for inspection by any representative of

the department. It will be the responsibility of the contractor to preserve the register up to the

final payment of the work. The similar register to be maintained by the Junior Engineer

Incharge of the work, the daily balances of which he shall get it signed by the contractor or

his legally authorized agent. This register shall be disposed by him with final bill.

Date Opening

Balance

Receipt during

the day

Consumption

during the day

Closing

Balance

Signature

Contractor J.E.

1 2 3 4 5 6 7

7.00. Mixing and Laying of concrete.

7.01- The Mixing and laying of concrete shall be done as per detailed I.D. specifications.

7.02- The mix shall be in proportion as specified in bill of quantity and shall be by volume. The

quantity of water to be mixed for preparation of concrete will be fixed by the Engineer

Incharge at site and in no case quantity of water will be increased or decreased than the

quantity so fixed unless otherwise desired by Engineer Incharge.

7.03- The contractor shall give in writing a notice to the Junior Engineer and Engineer Incharge

regarding the time of concreting at least 3 days in advance. Any concrete laid in absence of a

junior Engineer or Assistant Engineer is liable to be rejected by the Engineer Incharge. The

contractor shall have to remove such rejected concrete from the site of work within 48 hrs. of

the written orders or Engineer Incharge at his own cost otherwise the same shall be removed

by employing any other agency and the cost so involved shall be recovered from the

contractor and the cost of materials used in such concrete issued by Govt. stores shall be

recovered from the contractor at twice the issue rate. The presence of the Departmental

Officials at the time of concreting shall not absolve the contractor from the responsibility of

executing the work as per specification and from any defects that may develop in the

executed work.

7.04- The contractor shall arrange sufficient skilled and unskilled labour and T and P etc. so that

the concreting completed within 10 hrs. unless restricted by working space or site conditions.

64

7.05- In case due to unavoidable circumstances, the concreting is proposed to be done in dark

hours sufficient arrangement for proper light shall be done by the contractor at his own cost.

7.06- The concrete mixer and vibrator can be issued to the contractor by the department on

specified rent. If available with the department. But the contractor shall not be entailed for

any claim on this account and he shall have to make his own alternate arrangement as per

direction of Engineer Incharge for concreting.

7.07- The contents of the mixer shall be completely discharged before a new batch in loaded into

the mixing drum.

7.08- Retempered partially set and slumpy concrete shall be rejected and the cement consumed

therein shall be charged from the contractor at issue rate.

7.09- The contractor shall have to make arrangements at his own cost for the transportation of

concrete mixer and vibrator etc. to site of work and back to stores or the site to be specified

by the Engineer Incharge.

7.10- The concrete shall be consolidated by mechanical vibration so as to exclude air pockets and

to obtain homogeneous impermeable concrete but where this may not be possible spreading,

rodding and tamping as approved by the Engineer Incharge shall done instead.

7.11- Facility and necessary labour for obtaining concrete for tests shall be provided by the

contractor. The concrete used in those tests shall not be paid for.

7.12- If, at any time, Engineer Incharge feels that the curing is not being done properly by the

contractor he may employ labour for this work debitable to the contractor.

7.13- All water used for 'curing' shall be free from silt colouring material and other impurities

which may stain or damage the concrete.

7.14- Concrete that is damaged by any cause and concrete which is honey combed fractured or,

otherwise defective shall be dismantled removed and relaid by the contractor at his own cost

as per direction of Engineer Incharge and cost of materials used in such concrete issued by

Govt. Stores shall be recoverable at the twice stock issue rates.

7.15- All exposed unifaces of concrete shall be finished as per direction of Engineer Incharge.

7.16- The rate will be for one cubic meter of concrete laid and shall include the cost of all

materials, labour in mixing & laying T & P Taxes for proper completion of work but

excluding item of steel reinforcement centering and shuttering. Rate will include cost of all

finishing and curing.

7.17- All concrete shall be deposited in approximately horizontal layers not to exceed 50 cms. In

thickness unless otherwise directed by the Engineer Incharge. Slabs and beam shall be placed

in one course unless otherwise authorized. A minimum interval of 72 hrs. should lapse after

laying of one lift of concrete before the next is placed over it.

7.18- Construction joints shall be prepared to receive the succeeding lifts and suitable shear keys

shall be provided at the construction joints if directed by the Engineer Incharge without any

extra charge. A cost for cement slurry one previous lift shall be give before placing the

concrete of the next lift for which nothing extra shall be payable to the contractor.

8.00. Brick Work

8.01- The brick work shall be done as per I.D. specification.

8.02- The Ist class bricks shall conform to the specification for Ist class bricks mentioned in

relevant I.S. code. (to be applicable when bricks are not issued by the departmental stores and

contractor has to use his own bricks).

8.03- The mix of the mortar mix shall be as per bill of quantity of the contract bond and cement

and sand shall be mixed in proportion as specified by the Engineer Incharge and as per I.D.

specification. The quantity of water to be mixed for preparation of mortor will be fixed by

the Engineer Incharge at site and in no case the quantity of water will be increased or

decreased than the quantity so fixed unless otherwise so desired by the Engineer Incharge.

8.04- The sand shall have Fineness Modulus more than 2 and shall conform to I.S. code 383-1970.

8.05- No. mixing of sand of different fineness moduled should be permitted to achieve the above

fineness modulus.

8.06- Bulking extra quantity of sand shall be mixed as per bulkage to be observed and approved by

Engineer Incharge at site.

8.07- The bricks shall be soaked in water as per specification and then shall be removed from the

tank sufficiently in advance so that at the time of laying they are dry. Such soaked bricks

shall be stacked on wood planks or, Brick Platform to avoid earth being smeared on them.

65

8.08- For 'face work' only selected brick with best shape and most uniform colour shall be picked

out and used. No extra payment shall be made to the contractor on this account.

8.09- The face joints shall be raked to a minimum depth of 12 mm by raking tools daily during the

progress of work when the mortar is still green so as to provide proper key for plaster or

pointing.

8.10- The brick shall be kept most for a period of at least 10 days after laying by repeated sprinking

of water. At the end of each days work the tops of the walts should be flobded with an inch

of water, small mortar edging being made for this purpose.

8.11- On the finish of days work the top surface and fresh brick work will be cleaned of all mortar

and joints raked to a depth of 12 mm by wire brush and taking tool.

8.12- Rate - The rate for the item will include cost of all materials, labour, carriage, scaffolding, all

T & P for completion of work, ranking, curing axcs etc. For complete item of the work per

cubic metre.

8.13- All brick work shall be perfectly in accordance with the detailed drawings trace to the

dimensions and in proper bond. The contractor shall have to dismantle and replace the

masonary at his own cost, if it does not confirm to the prescribe size, shape and quantity.

8.14- Nothing extra for masonary in warped wings, slopes shall be paid for.

8.15- The size of brick are generally 23 x 11 x 7 cms. the 5% variation in any or in all dimensions

is admissible. The contractor shall not be entitled for any claims on account of the shape and

size of the bricks.

9.00- Cement concrete-Cement concrete in Bed Block R.C.C. Slabs, R.C.C. Beams and wearing

coat.

9.01- The work shall be executed as per I.D. specification.

9.02- The mix of the cement concrete shall be as provided in contract bond and as specified by

Engineer ncharge and the mixing shall be done in specified proportion by volume. The

quantity of water to be mixed of preparation of concrete will be fixed by the Engineer

Incharge at site and in no case the quantity of water will be increased or decreased than the

quantity unless otherwise desired by Engineer Incharge.

9.03- The coarse aggregate shall be hard stone grit of 20 mm. gauge and shall be well graded of

conforming to etailed I.D. specification and IS : 383-1970.

9.04. Mxing and laying of concrete

9.04.1- The mixing and laying of cement concrete shall be executed as per detailed I.D.

specification.

9.04.2- The rates will be for one cubic meter of concrete laid and shall include the cost of all

material, labour in mixing and laying T & P taxes etc. for proper completion of work but

excluding item of steel, Reinforcement and centering and shuttering. Rate will include cost of

all finished work.

10.0. Steel Reinforcement

10.01- The work shall be executed as per I.D. specification.

10.02- Steel used for reinforcement shall be clean from oil, grease, dust, mortar scales, kinks, rust or

any defect or bonds other than those required as per details to be furnished by the Engineer

Incharge.

10.03- All reinforcement steel shall be cut to size and bent cold to shape as per detailed drawings.

10.04- Reinforcement shall be laid in exact positions as shown in the detailed drawing or as directed

by the Engineer Incharge and all inter-section of the bars shall be bound firmly with soft

pliable wire of minimum diameter of 1.6 mm. so as to retain its position in concrete

operation.

10.05- Before placing the reinforcement bars in positions they shall be the roughly cleaned of all

loose dust and scales, care shall be taken to keep them in this condition until concrete is

placed. All the joints shall be staggered so that not more than 33% joints lie on one line.

10.06- For joining reinforcement steel, overlapping of bars equal to 40 times the diameter shall be

provided and the bars will be carefully bound by soft pliable wire of minimum diameter of

1.6 mm.

10.07- Minimum cover indicated on the detailed drawing shall be provide where necessary.

Reinforcement bars shall be adequately supported in position by concrete blocks or metal

spacers. Such supports shall be in adequate number and of sufficient strength to maintain the

reinforcement in place throughout the concreting operation, use of stone or brick ballast

pieces for this purpose is strictly prohibited.

66

10.08- All reinforcement shall be placed will in advance to permit inspection and checking before

concreting is started.

10.09- Reinforcement placed wrongly will be corrected or removed by the contractor at his own cost

of all steel wasted on this account shall be recovered from the contractor at twise the store

issue rates.

10.10- The rate for the item will be for one metric tonne of the reinforcement and shall include the

cost of steel, its carriage from stores cutting and shaping, removal of scales and rust bending

and binding and placing in positions as well as its maintenance on the job until its

completion. Laps, hooks bends as justified shall be measured and paid for as per tendered

rates. Weight shall be computed on the basis of the same section weight as adopted for issue

of material to the contractor. The rates for completed work including cost of material, labour

T & P taxes etc. the payment for reinforcement work shall be made for the quantity entered

in M.B. nothing shall be payable for the bars used as spacers or supports which shall be at the

contractor cost. All cut pieces of bars from the standard lengths supplied to the contractor

shall be required by him to the department which shall be credited to his account of quantity

of steel issued. Pieces of steel bars of length more than 1.5 meters will be taken back on the

basis of actual weight. Quantity of steel used in excess or not returned by the contractor shall

be charged at twice the stock issue rate. Quantity used in spacers shall be charged at the stock

issue rates.

11.0. Centering and Shuttering for R.C.C. work

11.01- Forms shall be of wood steel or other approved material. The type, shape, size, quality and

strength all materials of which the forms are made, shall be subject to the approval of the

Engineer Incharge.

11.02- Forms shall have sufficient strength to withstand the stresses resulting from placement and

vibration of concrete and shall be maintained rigidly in correct position so as to give

correctly aligned concrete surface without any deflection. They shall be completely water

tight to prevent loss of mortar from concrete.

11.03- The surface of all forms in contact with concrete shall be clean and smooth, wood sheating or

linging shall be provided wherever considered by the Engineer Incharge.

11.04- Inner surface of forms shall be so trested as to facilitate removal of forms without causing

any damage to the concrete surface.

11.05- Form shall be left in place until their removal is authorized and shall be removed with care so

to avoid injury to the concrete. Forms shall be removed as soon as practicable in order to

avoid delay in water curing and also to enable earlier practicable repair of surface

imperfections.

11.06- Forms works shall be payable to the contractor only for external concrete surfaces of work

required to be provided with shuttering. All cornices, roundings, paneling etc. shall be

included in the rate and no extra payment shall be admissible for this item. No payment shall

be made for stage shuttering required for laying concrete in lifts.

11.07- If any form is found yielding or unsatisfactory at any stage, the defects shall have to be

removed or the shuttering shall be made done according to the direction of Engineer

Incharge.

11.08- The rate shall be for one sq. meter of the completed times of work and shall include the cost

of material and labour required in centering and shuttering including its stripping and

finishing of the concrete surface sommthly, conforming to the shape specified in detailed

plans.

12.00. Fine Aggregate

12.01- The sand used shall be conforming to detailed I.D. specification and ISI: 383-1970.

12.02- The sand shall have a Fineness Modulus more than 2 no mixing of sand of different Fineness

Modulus to achieve the desired Fineness Modulus shall be permitted.

12.03- While suspending at the end of the day the plaster shall be left out clean to lime both

vertically and horizontally. When commencing the plaster, the edge of the old work shall be

scrapped, clean and wetted with cement slurry before plaster is applied to the adjacent areas,

in enable the two to join together.

12.04- Any cracks in the plaster, or any parts which sound hollow when tapped or are found to be

soft or which is not truly in plumb and level or, otherwise defective shall be cut out and

replaced at contractor's expense. The cost of any material issued from Govt. Store so wasted

shall be recovered at twice the stock issue rate.

67

12.05- The rate will be for one sq. meter of the plastered and shall be for completed item of woerk

inclusive of nos. of materials, carriage, labour T & P scaffolding taxes etc. for proper

completion of work.

13.00. Plaster in 2 Layers

13.01- The work shall be executed as per detailed I.D. specification.

13.02- The mix of the mortar shall be as per bill of quantity and as specified by Engineer Incharge.

The type of pointing shall be subject to approval of Engineer Incharge.

13.03- The mortar shall be prepared as per detailed I.D. specification.

13.04- The surface shall be cleaved and worked to remove any sticking mortar and foreign

materials. It shall be kept most by repeated sprinking of water for 2 days before peirking is

done.

13:05- The rate will be for one sq. meter of area plaster shall be for completed item of work

inclusive of cost of materials, carriage scalf labour, holding T&P taxes etc. as per shedule of

quantity for proper completion of work.

14.00- Pointing

14.01- The work shall be executed as per detailed I.D. specification.

14.02- The mix of the mortar shall be as per bill of quantity and as specified by Engineer Incharge.

The type of pointing shall be subject to approval of Engineer Incharge.

14.03- The mortar shall be prepared as per detailed I.D. specification.

14.04- The sand used shall be conforming to detailed I.D. specification and ISI: 382-1970.

14.05- The sand shall have a Fineness Modulus of more than 2. The mixing of sand of different

Fineness Modulus to achieve the desired Fineness Modulus shall not be permitted.

14.06- The joints of the brick work shall be raked to a depth of 13 mm. and the surface of masonary

to be pointed shall be thoroughly scrubbed with hard wiere brushses and rubbed into

carborandum stone to remove defects in the face work.

14.07- The surface shall be cleaved and worked to remove any sticking mortar and foreign

materials. It shall be kept most by repeated sprinking of water for 2 days before peirking is

done.

14.08- The rate will be for one sq. meter of area pointed shall be for completed item of work

inclusive of cost of materials, carriage scalf labour, holding T&P taxes etc. for proper

completion of work.

15.00- Drainage Spouts - Transverse drainage of road way shall be given by providing a camber of

30 mm. or as park drawing and or instructions of the Engineer Incharge. Longitudinal pipe of

these spouts shall protect below the bottom of the deck slab to ensure that drainage water

falls clear of the slab. No extra payment shall be made to the contractor for placing and fixing

the spouts in position.

16.00- Expansion Joints - The contractor shall fix expansion joints as per direction of the Engineer

Incharge. Materials for expansion joints shall be supplied by the department free to

contractor at work site and no payment shall be admissible for placing and fixing expansion

joints.

17.00- Anchorage for Railing or parapet - As per directions of Engineer Incharge proper

anchorage for railing etc. shall have to be provided by the contractor. The material required

for the same shall be supplied free of cost. No. extra payment will be admissible for

anchorage of placing them in position will be admissible. The tendered rate shall be running

meter of length of railing and shall include cost of all materials centering and shuttering and

T & P required but excluding reinforcement which shall be paid separately.

18.00- Site Clearance - Contractor shall remove all materials T & P scaffolding debris etc. from the

site within 15 days of the completion of work. Any camping site or huts made by the

contractor for the labour will also be removed within time as given, above. Site shall be left

hear and clean. No payment shall be made to the contractor on the account. If the contractor

fails to clear the site as desired by the Engineer Incharge the Engineer Incharge shall serve

notice to the contractor and if the contractor fails to clear the site within 15 days of the

receipt of the said notice, the said work shall be got done through any other agency by the

specific order of the Engineer Incharge and the expenditure so incurred by the Deptt shall be

received from the contractor's bill or any other amount outstanding with department.

68

19.00- Payment - Till the contractor lays the cement concrete in the R.C.C. Slab 90% payment shall

be made for all the items excused by him besides security deduction.

20. DEFINITIONS :

20.1- Matams: Mounds of earth left undisturbed in pits dug out for borrowing earth.

20.2- Formation: Final shape or profile of the ground after excavation or filling up.

20.3- Foul Position: The excavation under foul position means under filthy and unhygienic

condition such as soil mixed with sewerage or night soil (excavation in condition where

physical movements are hampered).

20.4- Lead: Initial lead of 30 metre shall be included in the rate of earthwork for various types of

soil. Extra lead shall be measured in Unit of 15m part thereof. The distance for removal

measured over the shortest practicable route and not necessarily the route actually taken, is

known as lead.

20.5- Profile: The pattern to which the earth is to be cut, made up and dressed.

20.6- Safety rules: Safety rules as laid down by statutory authority.

21. PAYMENT:

21.1- Running payment shall be done on the actual measurements.

21.2- When work is left incomplete the rates shall be fixed as per Engineer Incharge or as executed

rate "which ever is minimum". If the work is left undressed or un-compacted further suitable

deductions in rates will be made for which the decision of engineer-in-charge will be final

and binding on the contractor.

21.3- The following work shall not be measured separately and shall be deemed to have been

included in the tender rates.

1. Setting out work profiles etc.

2. Site clearance

3. Forming steps inside of excavation and their removal after measurements.

4. Forming falls inside of excavation and their removal after measurements.

5. Removing steps or falls in excavation.

6. Providing supports for pipes, electric etc. during the excavation.

7. Dressing or trimming of excavation, leveling or gradeing.

8. Cost of all tools and plant, housing and sanitary arrangements as required under labour

laws.

9. All issues and royalty levies and taxes levied by the central or state government and by

local bodies.

10. Cost of borrow area.

11. Liabilities under workman compensation act.

12. Cost of maintenance of works and their protections against damage by rains, winds etc.

13. Clearing of herbs, shrubs, bushes, small trees not exceeding 30 cm in girth.

22.00. Contractor shall use approved quality joint filler board etc. These item will be measured in

unit as per schedule-A.

23.00. Dala Boulder must be 40 to 60Kg. for launching apron I/c all material labour T&P etc. No

contractor's profit shall be allowed on Railway freight and carriage of materials. These Item

will be measured in unit as per schedule-A. 16% air voids has been deducted of final

measurement.

Signature

Contractor

Signature

Superintending Engineer

11th Circle, I.W. Faizabad

Uttar Pradesh

69

SCHEDULE "B"

SCHEDULE OF MATERIALS SUPPLIED BY THE

DEPARTMENT FOR THE WORK

Sl.

No.

Item Place of Supply

Baroundha/Karaon

Rate at which material

will be issued to the

contractor

Penal Rate

1. Cement Departmental Store Rs. 310/- per bag Rs. 620/- per bag

2. E.C. Bag Departmental Store Rs. 5/- per No. Rs. 10/- per No.

3. Steel Departmental Store Rs. 60000/- per Mt. Rs. 120000/- per Mt.

1. The contractor shall have to accept the material issued from the departmental

store (Barabanki) for use of works.

2. Consumption of cement and steel/tor steel will be worked out as per schedule C

and excessive cement/steel used will be recovered on punitive rate, after it

exceeds 1% of worked out quantity.

3. Empty cement bags in good condition are to be returned to departmental stores

failing which cost will be recovered at penal rate of Rs. 10.00 per bag.

4. No wastage of cement, steel will be allowed whatsoever.

5. The issue rate of steel, cement or any other materials shall be as per schedule

"B" in force or the stock issue rate for which there is no provision in schedule

"B".

6. Any other material, available with department, may be issued to contractor, on

the sanction of Executive Engineer. The rate of such material shall be charged

at prevailing market rate of stock or stock issue rate, whichever is more but non

issue of such materials shall not entitle the contractor for any claim or

compensation.

Signature

Contractor

Signature

Superintending Engineer

11th Circle, I.W. Faizabad

Uttar Pradesh

70

SCHEDULE"C"

SCHEDULE OF CONSUMPTION OF MATERIALS

The scales for consumption of material in various items of works will be as

per following table.

Sl.No. Item of Work Unit Consumption

Cement bags (Nos.)

1. Cement Concrete 1:3:6 (M-10) Cubic Metre 4.30

2. R.C.C. M-20 Cubic Metre 7.90

3. Cement Concrete 1:2:4 (M-15) Cubic Metre 6.10

4. 1st Class Brick Work 1:3 C.M. Cubic Metre 2.60

5. 1st Class Brick Work 1:4 C.M. Cubic Metre 2.00

6. Cement Plaster 1:3 C.M. Square Meter 0.28

7. Cement Pointing on Brick

Masonry in 1:2 C.M.

Square Meter 0.055

Notes :-

(1) The above consumptions are authorized and bonafied.

(2) The increase and decrease of the cement consumptions as per "MIX-

Design" shall be adjusted @ Rs. 310/-per bag of cement as mentioned

in schedule "C"

Signature

Contractor

Signature

Superintending Engineer

11th Circle, I.W. Faizabad

Uttar Pradesh

71

CERTIFICATE REGARDING RELATIONS

Certified that none of my relative employee is in Irrigation Department,

Uttar Pradesh except the following.

Name................................................................................................................

Designation........................................................................................................

Place of Posting.................................................................................................

Contractor

Address....................................................................................................

Note:- The following is the definitives : Father, Mother, Sister, Brother, Brother-in-law, Son, Daughter, Father-in-law, Mother-in-law, First cousin of self, wife, daughter-in-law. The list is not exhaustive but illustrative.

Signature

Contractor

Signature

Superintending Engineer

11th Circle, I.W. Faizabad

Uttar Pradesh

72

HksnHkko jfgrHksnHkko jfgrHksnHkko jfgrHksnHkko jfgr izs"kd] v/kh{k.k vfHk;Urk

,dkn'ke~ e.My] flapkbZ dk;Z] QStkcknA

lsok esa] ------------------------------------------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------------------------------------------ i=kad% @ fufonk @ fnukad 2018

fo"k;%fo"k;%fo"k;%fo"k;%

egksn;] vkidk fnukad -------------------------- dks mijksDr dk;Z ds fy;s Mkyh x;h

fufonk U;wure gksus ds dkj.k Lohdkj fd;k tkrk gS rFkk funsZf'kr fd;k tkrk

gS fd i= izkfIr ds ,d lIrkg ds Hkhrj #0 ---------------------------------- dh tekur

/kujkf'k o ijQkesZUl tekur /kujkf'k ,oa #0 ------------------------------------ dk LVSEi

isij ds lkFk mifLFkr gksdj vuqcU/k ij gLrk{kj djuk lqfuf'pr djsa vU;Fkk

vki }kjk tek dh x;h /kjksgj /kujkf'k tCr dj yh tk;sxh] ftldh lEiw.kZ

ftEesnkjh vkidh gksxhA

lknj!

Hkonh;

v/kh{k.k vfHk;Urk ,dkn'ke~ e.My]flapkbZ dk;Z]

QStkckn ¼m0iz0½

73

HksnHHksnHHksnHHksnHkko jfgrkko jfgrkko jfgrkko jfgr izs"kd] v/kh{k.k vfHk;Urk

,dkn'ke~ e.My] flapkbZ dk;Z] QStkcknA

lsok esa] ------------------------------------------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------------------------------------------ i=kad% @ @ fnukad % ebZ ]2018

fo"k;%fo"k;%fo"k;%fo"k;%

egksn;] vki }kjk gLrk{kfjr vuqcU/k] vuqcU/k iaftdk ds Øekad @v/kh0v0@ 2018&19 ij iaftd`r fd;k tkrk gS rFkk ftlds dk;Z izkjEHk dh frfFk --------------------- ,oa dk;Z lekfIr dh frfFk --------------------------------- fu/kkZfjr dh tkrh gS rFkk vkids lqyHk lanHkZ gsrq MªkbZax ,oa vuqcU/k dh ,d izfr gLrxr dh tkrh gSA d`Ik;k le; lhek ds Hkhrj dk;Z iw.kZ djkuk lqfuf'pr djsaA

lknj!

Hkonh; layXud % vuqcU/k dh gLrk{kfjr izfrA

v/kh{k.k vfHk;Urk

,dkn'ke~ e.My] flapkbZ dk;Z] QStkckn] mRrj izns'k

i=kad% @ @fnukad % ebZ 2018

izfrfyfi& vf/k'kklh vfHk;Urk ----------------------------------------------------------------------------- dks dk;Z dk bathfu;j bapktZ ukfer djrs gq, vuqcU/k dh ,d izfr lfgr lwpukFkZ ,oa vko';d dk;Zokgh gsrq izsf"kr gSA

v/kh{k.k vfHk;Urk

,dkn'ke~ e.My] flapkbZ dk;Z] QStkckn] mRrj izns'k

74

TECHNICAL SPECIFICATION 1 Earth Work in Drain

1.1 General

All works shall be carried out according to the relevant Indian Standard Code of

practice and IRC code and standard for earth work, UPID specification for earth

work as far as applicable, and as directed by Engineer-in-charge, where

necessary. All work shall be carried out as per design and drawings and as per

instruction of Engineer-in-charge.

1.2 Setting Out

• Before start of the work center line of the drain shall be marked by suitable and

firm pegs each at about 30 m. interval in straight reaches. In the curved reaches

of the drain, the curve shall be laid out at top and bottom edges of excavation.

The center line in such reaches shall be marked by pegs at an interval of 5 m. to

ensure smooth curve profile during excavation.

• All levels of drain profiles shall be referred to a specified and established firm

bench mark not subject to subsidence or interference. Temporary bench mark

pillars shall be constructed at suitable locations for reference of levels during

construction.

• Kuchha namunas shall be made before start of earthwork at every 200 m

interval, or as directed by Engineer-in-Charge before start of earth work.

• Dagbels should be laid down on the ground/existing drain indicating the bed, the

berm and the spoil banks for the proper execution of earth work in drain and

these shall be subject to checking by the Engineer-in-Charge. The contractor

shall provide all facilities and assistance as may be required by the Engineer-in-

Charge for the checking of the dagbel lines etc. The line/dagbels shall be

preserved carefully by the contractor untill they have served their purpose. Work

shall be suspended at such points and for such reasonable time as may be

required for checking layout. No compensation will be granted to the contractor

for the required assistance in the checking of levels for loss of time on account

of such suspensions of works.

1.3 Clearing of Land

Before starting earthwork in drain, the area demarcated for excavation,

construction of spoil banks/walkway, section, berms etc. shall be cleared off

bushes, vegetation, rubbish, roots and any other objectionable material. All

timber, logs of trees and fuel wood inside the demarcated land shall be the

property of Government burnt, used or removed by the contractor or his labour

75

without prior written permission of the Engineer- in- Charge. The land so cleared

shall be maintained free from any growth and vegetation during progress of

construction.

1.4 Drawings

All works shall be carried out in accordance with the drawings to be supplied by

the Engineer-in-Charge duly signed by Engineer from time to time. If some

drawings are not available at the start of execution, the contractor shall make

the construction programme so that work on drawings available will be taken up

first.

76

1.5 Excavation

• Before commencement of the excavation in any reach the contractor shall

obtain in writing from the Engineer-in-Charge instruction and schedule of

quantities in regard to the disposal and utilization of the excavated materials.

• The contractor shall excavate whatever material may be encountered up to the

depth of excavation shown on the Cross-section of the drain.

• Excavation to be carried out shall strictly conform to the plans, dimensions and

level shown on the profile of excavation in the Cross-sections and Longitudinal

section. The bed of the drain will have a longitudinal gradient as given in L-

section and will be kept level transversely. The side slope shall also conform to

those given in the drawings and shall be neatly finished. Any excavation below

the prescribed bed level shall not be paid.

• The tendered rate shall include excavation and disposal of any type of soil like

sand, silt, clay, kankar, chhari, moist or wet earth including cost of dewatering.

No claim on account of the nature of the strata or on account of difficulties met

with in excavation and disposal of the excavated material shall be entertained.

The contractor is advised to see the site conditions thoroughly and make

preliminary investigations in the manner he likes. This shall also include all

leads, lifts, removal of tattis, matams and labour charges occurring in

measurement and checking of the work during construction of drain.

1.6 Disposal of Excavated Earth

• The excavated earth shall be disposed off to right side of the drain, so as to make 1.5 meter

wide walkway. In case, in reaches, land is not available and / or extra earth is available, disposal

may be done on both the banks with the permission of the Engineer-in-charge. All such disposal

shall be done atleast one meter away from the outer edge of the section of the drain. The height

and width of earthen banks shall be decided by the Engineer-in-charge. The side slopes of

earthen banks shall generally be 1.5:1. Dressing of disposed earth in proper shape and slope

shall be ensured. The earth to be used in banks/walkway shall be thoroughly broken of clods

before laying.

• Contactor shall be responsible that no unwanted disposal is being made in the work area. Any

such disposal shall be removed at his own cost to the satisfaction of Engineer-in-Charge. If

anything found contrary, the contractor shall arrange to rectify at his own cost within the

environmental regulations.

1.7 Measurements

The measurement shall be taken correct to a cm. Before commencement of

earthwork in drain, initial cross sections at every 50m interval in straight reaches

and at every 25 m interval in curved reaches shall be taken jointly by the

department and authorized representative of the contractor, which shall be

77

recorded in M.B. Contractor or his authorized representative shall have to

record his acceptance of levels and measurements on the M.B. before start of

work. Similarly after completion of earthwork, as per design / drawing, final

cross sections shall be taken at the same locations. The final quantity of

earthwork shall be calculated by these levels and measurements.

All measurers for facilitating recording of cross sections such as setting out of

works, arrangement of necessary equipments and labour shall be provided by

the contractor at his own cost.

1.8 Rates

Rate for earthwork shall include and take in to account the following:-

1- Setting out work

2- Making earthen namuna, excavation and disposal as per directions of Engineer-

in-charge, of any type of soil like sand, silt, clay, kankar, chhari, moist or wet

earth including cost of dewatering if required, taking into consideration, the

environmental and social safeguards.

3- All lead, lift and dressing of earth

4- Labour charges needed for measurement, checking of work and taking initial /

final cross sections.

5- Cost of maintenance of work during execution.

Pucca Works:-

1. Earthwork in Foundation:-

Foundation trenches for fall shall be dug to the exact length & width of the foundation

concrete. The sides shall be left plumb where the nature of the soil permits it, but the

sides must be sloped back or shored up carefully when the soil appears likely to fall in

or the depth of trench exceeds 1.5m. The disposal of excavated material shall be as

per direction of Engineer-in-charge.

The bottom of the foundation trenches must be perfectly leveled both longitudinally and

transversely. The bottom of the trenches shall be slightly watered and well rammed. If

excavation is done deeper than shown in the drawing, the contractor shall fill the extra

depth with concrete at his own expense and grade of concrete will be same as

foundation concrete, Roots of all trees and plants encountered in digging trenches

shall be removed carefully, if possible. Otherwise, they shall be cut up to a distance of

30 cm. on sides and bottom of trench and shall then be burnt and smeared with boiling

coal tar at the expense of contractor. If boulders are found in bed they shall be

removed at contractor’s own cost. The extra depth done by removal of roots of trees or

78

removal of boulders from the trench, shall be filled with concrete of the same grade as

that of foundation concrete at contractor’s own cost.

2. CEMENT CONCRETE

2.1 General:

All works shall be carried out in accordance with IS codes, UPID Specification and as

directed by Engineer-in-charge. The works shall be carried out in a workman like

manner to the lines, grades and dimensions shown on drawings.

2.2 Composition:

The cement concrete shall be composed of cement, coarse aggregate, fine aggregate,

water and, if considered necessary by Engineer-in-Charge, an air entraining admixture.

The ingredient shall conform to IS Specification/UPID Specification and as per

directions of Engineer-in-charge. The design of each concrete mix will be based on the

water cement ratio necessary to secure a plastic workable mix for the specific condition

of placement and when properly cured shall give a product having durability and

strength in accordance with the requirement of these specification.

2.3 Materials :

1. Cement - Cement to be used in the works shall be ordinary Portland cement, 33 grade

conforming to IS : 269, or 43 grade (IS 8112) or 53 grade (IS 12269)

2. Coarse aggregate – Coarse aggregate shall consist of clean hard, strong, dense, non-

porous and durable pieces of crushed stone, crushed gravel, natural gravel or a

combination thereof. The aggregate shall not consist of pieces of disintegrated stones,

soft, flaky, elongated particles, alkali vegetable matter of other deleterious material.

Coarse aggregate shall confirm to IS : 383 and tests for conformity shall be carried out

as per IS : 2386 Part-I and VIII. The gradation of the coarse aggregate shall be as

follows.

IS Sieve Size Percent by Weight Passing the Sieve

40mm 100

20mm 95-100

10mm 25-55

4.75mm 0-10

3. Fine aggregate : Fine aggregate shall consist of clean, hard, strong and durable pieces

of crushed stone, crushed gravel or a suitable combination of natural sand, crushed

stone or gravel. They shall not contain dust, lumps, soft or flaky, materials, mica or

organic impurities other deleterious materials, fine aggregate having positive alkali-

silica reaction shall not be used. Sand of fineness modulus of not less than 2.0 may be

79

used as fine aggregate. Grading of fine aggregate to be used in concrete, masonry and

plaster is outlined in para 3.1

3.1 Gradation of sand to be used in concrete, Masonry and Plaster:

Note :- Sand conforming to grading for zones III & IV (as per IS 383) can also be used

for concrete works except that the sand conforming to grading for zone IV shall not be

used for reinforced concrete work.

4. Water : Water used for mixing and curing shall be clean and free from injurious

amount of oils, acids, alkies, salt, sugar organic materials. Potable water is generally

considered satisfactory for mixing concrete.

2.4 Proportioning of Concrete:

The proportion of all materials entering into the concrete shall be as directed by

Engineer-in-charge. The contractor shall provide all necessary equipment and plant to

determine and control the actual amount of material entering into each batch. The

coarse & fine aggregates, water and cement shall be batched and measured by

weight. Specified air entraining agent or water proofing compound shall be batched or

added separately to the mix as and if directed by Engineer-in-charge.

The design of concrete mix shall be done only for the specified materials to be

procured for works at site in accordance with the relevant specifications.

2.5 Batching of concrete by weight & mixing:

(a) The plant should be able to handle all the coarse aggregate, fine aggregate, water and

cement. Air entraining agent and water proofing compound (if directed to be used by

the Engineer-in-Charge) can be batched by weight separately and added direct to

concrete mixer. The weigh batchers should be capable of weighing, controlling and

determining accurately the prescribed amount of various materials for each mix.

Facility should be available to obtain sample of each ingredient entering the mixer. The

contractor shall maintain a record of the number of batches mixed and other details

For Concrete works

For Masonry work For Plaster work

IS Sieve Size

Zone I Zone II Zone III Zone IV

% age passing by weight

10mm 100 100 100 100

4.75mm 90-100 90-100 100 95-100

2.38mm 60-95 75-100 90-100 95-100

1.18 mm 30-70 55-90 70-100 90-100

600 micron 15-34 35-59 40-100 80-100

300 micron 5-20 8-30 5-70 20-65

150 micron 0-10 0-10 0-15 0-50

80

required for checking the correctness of the mix as per directions of the Engineer-in-

charge.

(b) Suitable hopper type mixers so as to mix uniformly the various ingredients and

discharging the mix without segregation should be used. No hand mixing shall be

allowed.

(c) The time for obtaining uniform mix for a particular type of job shall be initially

prescribed by the Engineer-in-Charge and the same time shall thereafter be adhered to

for mixing all subsequent batches of that concrete, unless revised by the Engineer-in-

Charge. The material shall be mixed for a period of not less than 2 minutes and until a

uniform colour and consistency are obtained. The time shall be counted from the

moment all the materials have been put into the drum.

Note: - 1. In case the quantity of concrete is small, the Engineer-in-Charge may

allow nominal mix concrete instead of design mix concrete as per clause 9.3 of IS

456-2000

2. Cement level to be used in concrete mixes of various grades is given in

table as below: This is for reference for working out unit costs while quoting:

Table

Grade of

Concrete

Cement level (Kg/M3 concrete) with coarse aggregate of

maximum size of 20 mm

M 10 221

M 15 288

M 20 366

If the actual cement level used is more than that given in the above Table, as

warranted by the ‘Mix Design’, the Contractor will be paid for the extra cost of Cement

used in the Concrete Mix. In case the actual cement used is less, as per the ‘Mix Design’

requirement, the cost of cement used less will be deducted from the Contractors bill. The

Engineer-in-Charge will intimate the cement level to be used (in the relevant grades of

Concrete) to the Contractor from time to time. Cost of cement will be decided by the

Engineer-in-Charge.

2.6 Consistency:

The quantity of water shall be regulated by carrying out regular slump tests. The

slump required for profile bed bars using vibrator shall be restricted to 25 mm.

81

2.7 Placing & Curing:

(i) Wooden / metal shuttering of suitable thickness and properly strengthened, cut in

shape and size of the concrete profile of the structure having smooth surface

finish shall be used for placement of concrete.

(ii) The entire concrete used in the work shall be laid gently(not thrown) in layers not

exceeding 15cm thick and shall be thoroughly vibrated by means of mechanical

vibrators till a dense concrete is obtained. The thickness may vary as per

direction of Engineer – in – charge. The layers of concrete shall be so placed

that the bottom layer does not finally set before the top layer is placed. During

cold weather concreting shall not be done when temperature falls below 4.50 C.

(iii) Curing

Curing of CC, RCC and masonry work shall be suitably protected with moist

gunny bags, or any other methodology approved by Engineer-in-Charge against

quick drying. The curing shall be done for a minimum period of 14 days.

2.8 Quality :

Regular mandatory tests on consistency & workability of the fresh concrete shall

be done to achieve the specified compressive strength of concrete. These tests shall

be carried out as per IS : 516. The required compressive strength of the concrete is

given below:

M- 25

Min. compressive strength at 28 days – 20 N/mm2

M- 20

Min. compressive strength at 7 days – 13.5 N/mm2

Min. compressive strength at 28 days – 20 N/mm2

M- 15

Min. compressive strength at 28 days – 15 N/mm2

Sampling and acceptance criteria of concrete mix as given in Para 15 and

16 of IS 456-2000 shall be adopted. Some of its parts are reproduced below

Para 15.2 Frequency of Sampling

15.2.1 Sampling Procedure

A random sampling procedure shall be adopted to ensure that each concrete

batch shall have a reasonable chance of being tested that is, the sampling should

be spread over the entire period of concreting and cover all mixing units.

82

15.2.2 Frequency

The minimum frequency of sampling of concrete of each grade shall be in

accordance with the following:

Quantity of Concrete in the Work (m3) Number of Samples

1 – 5 1 6 – 15 2 16 – 30 3 31 – 50 4

51 and above 4 plus one additional

sample for each additional 50 m3 or part thereof

NOTE – At least one sample shall be taken from each shift. Where concrete is produced at

continuous production unit, such as ready-mixed concrete plant, frequency of sampling may

be agreed upon mutually.

Para 16 Acceptance Criteria

16.1 Compressive Strength

The concrete shall be deemed to comply with the strength requirements if both the following

conditions are met:

(a) The mean strength determined from any group of four consecutive test results

complies with the appropriate limit in column 2 of Table 11.

(b) Any individual test result complies with the appropriate limits in column 3 of Table

11.

Table 11 Characteristic Compressive Strength Compliance Requirement

Specified Grade Mean of the Group of the 4 Non-Overlapping Consecutive Test Results in N/mm2

Individual Test Results in N/mm2

(1) (2) (3)

M 15 ≥ fck + 0.825 × established standard deviation(rounded of to nearest 0.5 N/mm2)

or fck + 3 N/mm2 . which is greater

≥ fck - 3 N/mm2

M 20 or

above

≥ fck + 0.825 × established standard deviation(rounded of to nearest 0.5 N/mm2)

≥ fck -4 N/mm2

83

or fck + 4 N/mm2 which is greater

NOTE – In the absence of the established value of standard deviation, the values given

in the table 8 may be assumed and attempt should be made to obtain results of 30

samples as early as possible to establish the value of standard deviation

Table 8 of IS 456 : 200

Grade of concrete Assumed standard Deviation M10 3.5 M15 M20 4.0

2.9 Measurement:

Measurement of concrete will be made only to the neat lines of the structures as

indicated on the drawing or as established by the Engineer-in-charge. Dimensions

shall be measured nearest to 1 cm. The areas shall be worked out to nearest 0.01

square meter. The cubic contents shall be worked out to nearest 0.01 cubic meter.

2.10 Rate:

The rate shall include the cost of all materials, labour, necessary tools & plants including

centering and shuttering involved in above operations. This shall also include laying,

compaction and curing.

3- Brick Masonry in 1:3 Cement and sand

3. 1 Material:

a). Quality of bricks:- (IS 3495) Bricks shall be made of from good brick earth and

shall be either machine moulded or table moulded with sand. The brick earth shall be

free from all traces of gravel, kankar or ash or other alkaline deposits. Bricks shall have

a uniform deep cherry red or copper colour, shall be thoroughly burnt but not over

burnt and regular in shape. These edges must be straight square and the bricks must

emit a clear ringing sound on being struck. They must be free from cracks, chips, flaws

and stones or lumps of any kind. They should not absorb water more than 14 percent

by weight after immersion in cold water for 24 hours & show no efflorescence.

Minimum compressive strength shall not be less than 150kg per Sq. Cm. for average

of 5 specimens.

Size of Bricks shall be 230x 110x 70 mm .Tolerance of ±5 percent may be allowed.

Before the carriage of bricks to site, they shall be got approved at the kiln site by the

Engineer of the work. Any sub standard brick carried to site shall be rejected and the

84

contractor shall have to remove the rejected bricks at his own cost within 24 hours of

their rejection.

b) Cement: Same as given in above item no. 3 for Cement Concrete.

c) Sand:

Sand shall consist of natural sand, crushed stone or crushed gravel or a combination

of any of these. It shall be hard, durable, clean and free from adherent coating and

organic matter and shall not contain clay balls, harmful impurities such as iron pyrites,

alkalies, salts, coal, mica, or other materials in such form or in such quantities to affect

adversely the hardening, the strength, durability etc.

The gradation of the fine sand shall be as per para 3.3.

3. 2 Proportioning & Mixing of Mortar:

For preparation of mortar, cement & sand shall be mixed in proportion of 1:4 / 1:3 (as

the case may be). Cement shall be proportioned by weight taking the unit weight of

cement as 1.44 tonne per cubic meter and sand shall be proportioned by volume

taking into account due allowance for bulking. All mortar shall be mixed with a

minimum quantity of water to produce desired workability consistent with maximum

density of mortar.

The mortar shall be mixed in a mechanical mixer. No hand mixing shall be allowed

unless otherwise permitted by the Engineer in an exceptional case. The mortar on

mixing shall be consumed preferably, within 30 minutes. In case the initial setting has

begun, re-tempered, partially set or lumpy mortar shall not be allowed to be used and it

shall be rejected and removed from the site by the contractor at his own cost.

Control shall be exercised on water content and it shall be ensured that the slump is

kept between 4 cm. to 5 cm. Water Cement ratio shall be maintained between 0.4 to

0.6.

3.3 Curing

The mortar is likely to dry up before it has attained its final set and may crumble. This

shall be prevented by keeping the brickwork constantly wet for at least seven days.

3.4 Measurement:

Measurement of brickwork will be made only to the neat lines of the structures as

indicated on the drawing or as established by the Engineer. Dimensions shall be

measured nearest to 1 cm. The areas shall be worked out to nearest 0.01 square

meter. The cubic contents shall be worked out to nearest 0.01 cubic meter.

3.5 Rate:

85

The rate shall include the cost of all materials, labour, necessary tools & plants

including scaffolding & curing involved in above operations..

4- 15 mm thick Cement Plaster in 1:3 cement sand mortar

4.1. Material:

1. Cement:

2. Sand

The quality of above material shall be same as given in above item no. 3 Brickwork.

4.2 Proportioning & mixing of mortar:

For preparation of mortar cement & sand shall be mixed in proportion of 1:3.

Cement shall be proportioned by weight taking the unit weight of cement as 1.44 tonne

per cubic meter and sand shall be proportioned by volume taking into account due

allowance for bulking. All mortar shall be mixed with a minimum quantity of water to

produce desired workability consistent with maximum density of mortar.

The mortar shall be mixed in a mechanical mixer. No hand mixing shall be allowed

unless otherwise permitted by the Engineer in any exceptional case. The mortar on

mixing shall be consumed preferably, within 30 minutes and in case the initial setting

has begun retempered, partially set or lumpy mortar shall not be allowed to be used

and it shall be rejected and removed from the site by the contractor at his own cost.

Control shall be exercised on water content and it shall be ensured that the

slump is kept between 4 cm. to 5 cm. Water Cement ratio shall be maintained between

0.4 to 0.6.

4.3 Preparation of base & application of plaster:

The joints of the brick work shall be raked to a depth of 12mm. and all cement mortar

or loose material removed. The surface shall than be kept wet for 2 days before

plastering. If the surface becomes dry in spots, such areas shall be moistened again to

ensure uniform bond.

The plaster shall be applied in two coats and shall have an average final thickness of

20mm or as ordered by the the Engineer. To ensure fairly even thickness and truly

plain surface (Vertical in the case of walls and pillars and horizontal in the case of top

of walls), patches of plaster about 150x150 mm or narrow strip of plaster about 100

mm wide, shall be first applied at both ends to act as gauges. The plaster shall than be

applied and brought to a true smooth surface by means of proper trowels as approved

by the Engineer. Corners and junctions must be neat straight lines horizontal vertical

or inclined as in plan.

In suspending work at the end of the day, the plaster shall be left, cut clean to line both

vertically and horizontally. When re-commencing the plaster, the edge of the old work

86

shall be scraped cleaned and wetted with cement slurry, before plaster is applied to the

adjacent areas, to enable the two to join together. The plaster shall not be closed on

the body of such features as bends or cornices. No portion of the surface shall be left

out initially to be patched up later on.

Any cracks in the plaster or any parts which sound hollow when tapped or are found to

be soft or otherwise defective shall be cut out and re plastered at the contractor’s

expense.

4.4 Curing:

Curing shall be started as soon as the plaster has hardened sufficiently not to be

damaged when watered. The Plaster shall be kept continuously wet for a period of at

least ten days after application. During this period it shall be protected from sun, rain

and frost at the contractor’s expenses. Ordinarily to protect the plaster from sun, the

whole surface shall be covered with gunny bags.

4.5 Measurement:

Plaster shall be measured in length and width of the surface plastered. Dimensions

shall be measured nearest to 1 cm. The areas shall be worked out to nearest 0.01

square metre.

4.6 Rate:

The rate will cover the cost of all material and labour required for completion of work,

scaffoldings and all tools and plants required for the same. This shall include laying,

and curing.

5. QUALITY CHECKING OF WORK ACTIVITIES

5.1 The tests shall be carried out in earth work in embankment, construction of canals and

construction of Profiles, Bed bars and pillars and pucca works. The quality checking of

work activities shall be done by the contractor as per requirement, and third party

technical checking by consultancy services. Second party checking shall be done by

the department to the frequency considered necessary by the Department. Contractor

shall keep the records of all tests as required by various IS Codes and as per

instructions of the Engineer. All tools, men and materials, testing kits etc. needed for

works shall be arranged by contractor for which no extra payment shall be made. The

Department shall also keep permanent record of quality control tests.

Following main activities of project are to be taken up for test checking:

• Earth work (grain size analysis, field density and moisture, relative

density, standard proctor tests etc.).

87

• Construction of RCC/ cement concrete / brick pillars, profiles, CC pillars and

Bed bars in Canals.

• Any other tests considered necessary by the the Engineer.

Note: Tests and frequency of testing are outlined in the para 9.4.

5.2 In all the works it is desired to control the quality and standard of materials and

conformation to the required shape, dimension, strength etc.

5.3 The tests shall be carried out as per relevant Indian Standard Codes and other

Standard Codes. The frequency of testing is defined in the codes. Some of the

tests (but not limited to these tests) to be performed for quality checks are given

below:

i. Cement: (Initial / final setting time, Compressive strength, Specific gravity, Soundness. Fineness

Chemical analysis)

ii. Aggregates: (Sieve Analysis/ Fineness modulus Moisture Absorption, Bulkage. Flakiness/

Elongation Index, Impact Value, Los Angeles Abrasion Value, Crushing Value, Soundness, Organic

impurities)

iii. Concrete: (W.C. Ratio, Slump test, Compressive strength, Moisture content, Water absorption,

Density, Drying shrinkage, Non-Destructive testing (NDT), Mix Design, Compression testing of

cubes/ cylinders, Air content of concrete, Accelerated Curing Test)

iv. Bricks: (Water absorption, Density, Size, compressive strength, Efflorescence)

5.4 Frequency of Testing :

Sl.No.

Test Frequency of Test Purpose Test Designation

1 Grains size analysis for classification and Aterberg limits

For every 3000 m3

or periodically as directed by the Engineer in charge

To know the classifications of soil actually put in the embankment

As per IS-2720-IV-1995

2 Field Density and Moisture content ( In place density test governed by proctor density and in place density test of cohesion less soils governed by Relative Density test.

One test for every 1500 m

3 of earth work and at

least one test in each layer laid on embankment.

To determine the placement density and moisture content.

IS-2720-CCVIII-1974 IS-2720-XXIX-1996 IS-2720-XXXII-1971

3 Standard Proctor Test For every 10,000 cum of compacted earth or where there is change in the borrow area or change of soil texture, limited to minimum three samples and maximum 10 samples.

To determine MDD and OMC of the soil and compare the results with Laboratory value.

IS-2720-VII-1970

4 Moisture content One test in each sample To know the moisture content of the sample

IS-2720-II-1975

Sl.No. Test Frequency IS Allowable Limits

88

1. CEMENT

a) Chemical

i) Alkalies

ii) Minor, major oxides by Calorimetry

iii) Chloride

For each consignment

a) 269-1989

b) 1489-1976

c) IS-4032-1985

OPC < 0.60%

PPC < 0.70%

PPC/OPC < 0.05%

b) Physical

i) Fineness

ii) Soundness (Le Chatelier)

iii) Consistency

vi) Setting time (Initial & Final)

v) Compressive Strength

vi) Heat of Hydration

vii) Drying shrinkage

For each consignment

a) 269-1989

b) 1489-1976

4031-1988

Not < 2250 cm2/gm

Not > 10 mm

Penetration upto 5 to 7 mm from base

IT-Not 30 min

FT –Not>600 min

3 days – 160 Kg/cm2

7 days – 220 Kg/cm2

28 days-330 Kg./cm2

PPC 7 days – 65 Cal./gm

OPC 28 days – 75 Cal/gm < 0.15%

Sl.

No. Test Frequency Purpose IS Allowable Limits

1. FINE AGGREGATE

i) Screen Analysis (Fineness modulus)

One test for every 150m

3 of

sand used in concrete

To know grain size and the fineness modulus of sand

IS 2386 Part-I 1963

2.2. to 3.2

ii) Unit Weight and Bulkage of sand

- As above – (also once in a

shift or for every consignment)

To utilize date for mix design

computation

IS 2386 Part III 1963

Allowable limit of Bulkage of sand is

20%

iii) Organic impurities - As above- To assess the quality of sand

IS-2386 Part II 1963

As explained in Sec. 4.2.2.

iv) Soundness One test for every 150 cum of sand used in

concrete

To assess the quality of sand

IS 2386 Part II 1963

Loss Not > 10% after 5 cycles of immersion

in Na2 So4

v) Specific Gravity, moisture content and

absorption

One test for every 150 cum of sand used in

concrete

To utilize the data for mix design computations

IS 2386 part III 1963

2 COARSE AGGREGATE

i) Sieve Analysis One test for every 150 m

3 or

less

To know gradation and percentage of

various size

IS 2386 part I 1963

ii) Soundness test (Sodium Sulphate

method)

- do- To assess the quality of course

aggregate

IS 2386 Part V 1963

Loss Not ? 12% after 5 cycles of immersion in

Na2 SO4

iii) Organic Impurities (Mica content)

-do- -do- IS 2386 part II 1963

Less than 1%

iv) Petrographic Examination

Twice in one working season

To know the deleterious

constituents and silt in aggregate

IS 2386 part VIII 1963

Deleterious constituent plus silt shall not

exceeds 5%

Sl.

No. Test Frequency IS Allowable Limits

1. WATER Two samples 3025 Part II 6 to 8 Not greater than 200mg/lit (organic)

89

Ph value Organic In-organic

for each source

Part XXIV

Not greater than 3000mg/lit (inorganic)

2 REINFORCEMENT

Weight Diameter Ultimate Test Strength Yield Stress Elongation

For each consignment

1786-1985

432-1966

Dia < 8mm ± 4%

Dia < 8mm ± 2.5%

Dia < 25mm ± 0.5%

Refer the table below for allowable limits.

Frequency of testing Cement Mortar, Masonry and Concrete

SL. NO.

TEST FREQUENCY IS ALLOWABLE

LIMITS

1. CUBE TEST FOR

CONCRETE 3 TESTS SPECIMENS PER 50 M3 OF

CONCRETE SUBJECT TO A

MINIMUM OF THREE SAMPLES PER

DAY FOR EACH GRADE OF

CONCRETE.

456-2000

2. CUBE TEST FOR

CEMENT MORTAR IN

MASONRY

3 TESTS PER EACH GRADE OF

MORTAR PER DAY. 2250-1981 APPENDIX

A

THE ACTUAL FREQUENCIES SHALL BE DETERMINED BY THE THE ENGINEER TO SUIT THE NATURE AND VARIABILITY OF

MATERIAL PLACED AND THE RATE OF FILL PLACEMENT WITH THE OBJECTIVE OF ENSURING BEST QUALITY CONTROL AND

QUALITY CONSTRUCTION.

5.5 Laboratory :

Contractor is supposed to establish a field laboratory with following equipments :-

Sl. No. Equipment

1. Hygrometer (Dry Cement Lab) Pycnometer

2. Aggregate Impact Value

Appartus

Bitumen Softening Point Apparatus

3. Cement Auto Clave Blaine Permeability Appartus

4. Standard Proctor (Light)

Apparatus

Penetrometer for setting time (40 kg.)

5. Vibration Machine Standard Proctor (Heavy) Apparatus

6. Vicat Apparatus CBR App. (Providing Ring 20 Km.)

7. Water Permeability Apparatus Humidity Cabinet (T-801, (0-60 C)

8. Rebound Hammer Compression Testing Machine (2000

Km.)

9. Bitumen Penetrometer Muffle Furnace

10. Cursing Value Apparatus Electronic Weighing Machine 6 Kg.

11. Sieve Shaker Soil Density Apparatus

12. Vibration Table Soil CBR Mould

13. Slump Cone. Apparatus 1000 ml Measuring Cylinder 2 piece

14. Concrete Mixer Electronic Weighing Balance (30 Kg.)

90

15. Bitumen Extractor Oven

16. Air Content Apparatus Penetrometer (Bitumen) (0-400 mm)

17. Le Chatelier Flask Soil Core Cutter

18. 15 x 15 cm area 9 no. cube

moulds

7.06 x 7.06 cm Area 18 no. Cube

moulds

19. 5 x 5 cm area 9 no. cube

moulds

Size 50 x 10 x 10 cm 3 No.

20. 30 Ltr. Density Measure 1.5 Ltr. Density Measure

21. 500 ml 2 piece measuring

cylinder

10 Ltr. Density Measure

22. 100 ml 2 piece measuring

cylinder

250 ml 2 piece

23. Pressure Gauge (0 to 1.06

Kg/Cm2)

Pressure Gauge (0 to 10 Kg./Cm2)

24. Length Gauge Stop Watch

25. Pressure Gauge (0 to 40

Kg./Cm2)

Pressure Gauge (0 to 42 Kg/Cm2)

26. Vernier Calipers G-927007 SRM (Portland Cement)

27. IS Sieve 180 Micron IS Sieve 1 mm

28. Heat Convector Hygrometer (wet cement lab)

29. Liquid Limit Test Apparatus Computer 1 No.

30. Bitumen Softening Point Digital Tachometer

31. Digital Moisture Meter Digital balance

6-0 Environmental and social checks/Control

For the sustainability of the work project it is important to maintain environmental and

social conditions of the area with in permissible limit so that harm to human life and the

land is avoided. All the work shall be carried out as per norms and as per directions of the

Engineer in-charge to check any adverse effects during the construction period. all

relevant acts of central and state government shall be strictly followed .

7. Disposal of excavated earth

After the completion of excavation work in an area, it should be ensured that the area

gets restored to its original shape. In addition to this no excess machinery be kept over

there.

91

Close supervision should be kept to ensure proper disposal of excavated earth at pre-

decided place, as per the plan. Deposition of excavated earth on the banks (where it

has been pre-decided) should be done in presence of experienced person (a

departmental entity or as the case may be), so that adverse repercussions from

labour’s negligence can be checked. In any case the excavated earth should not be

allowed to remain unattended. It should either be transported to pre-decided site for its

disposal or else it should be properly dressed if used for reinforcing the bunds and

canal embankments.

Efforts should be made to ensure avoidance of spillage of excavated earth while

transportation. Sometimes the moisture content in the excavated earth is significant

enough to cause dripping while getting transported from site to the disposal place It

should be ensured that the carrying space of the vehicle (meant for transportation of

excavated earth) is leak-proof. During transportation, the excavated earth should be

covered, so that the spilling and flying of matter can be minimized. Overloading should

be avoided, so that spillage can be reduced.

The quantum of excavated earth received by the farmer for his field should not be too

much, that it significantly raises the ground level of field. The excavated earth should

be evenly spread into the field to obtain symmetry. In order to avoid flying of silt, a

possible measure is its proper mixture with the native soil so that it gain weight and

remain in that area

In those disposal sites where the land belongs to panchayat or community, the

preferred treatment is development of vegetative cover after disposal of excavated

earth. In other words, some species of bushes and dense plants should be grown to

reduce the impact of high surface winds and rainfall (which may cause soil erosion). It

is highly essential to avoid contamination and dispersion of excavated earth into the

nearby existing natural resources (namely – soil and water). This treatment also

doesn’t involve much capital. It should be promoted.

It should be ensured that, in any case the local water-body or the area near to such

water-body is not identified as disposal site. Identification of such water bodies can be

done by referring to current/old village maps. In addition to this, an appraisal exercise

can also be undertaken in consultation with the villagers, as they are good knowledge

source of that area.

Penalty for non-compliance at the contractor’s part should also be ensured.

8. Disposal of wastes material from construction/demolition

92

Uncontaminated rocks, bricks, concrete, demolition debris and dirt may be left or

buried on-site, or may be used off-site as fill, so long as it is not placed in vicinity of

wetland or water-body. It is important to note that, such material should not be buried

on-site in such a way that, usual traffic/human movement should get hindered.

However, no other types of construction debris may be buried or left on-site. Some

building materials can compress or decay over time such that structures built on

unknown burial sites could, at some future date, be subject to subsidence.

93

FORM WORK

1.0 GENERAL

o Form shall be used, wherever necessary, to confine the concrete and to shape it to

the required lines. Normally all exposed concrete surface having slope steeper than

2 horizontal to be one vertical shall be formed.

o The condition of forms influence not only appearance of the structure but also

quality. Use of good form materials and proper form construction and maintenance

is very important in field control. The use of steel form work enhances the

appearance of placed concrete.

2.0 TOLERANCES o The form work shall be designed and constructed to the shapes, lines and

dimensions shown on the drawings within the following tolerances:

A Linear Outline

(a) In any 6m of length ±12 mm

(b) In any 12 m of length ±18 mm

B Plumb, specified batter or from the curved surfaces of all structures including the lines and surfaces of columns, wall, piers, buttresses etc.

(a) In 3m of height ±12 mm

(b) In 6m of height ±18 mm

(c) In 12m of height or greater ±30 mm

C Deviations form specified dimensions of cross-section of columns and beams

±12 mm -6mm

D Deviations form dimensions of footings

(a) Dimensions of plan ± 50 mm -12mm

(b) Eccentricity 0.02 times the width of the footing in the direction of deviation but not more than 50 mm.

(c) Thickness ± 0.05 times the specified thickness

Note: These tolerances apply to concrete dimensions only.

3.0 WORKMANSHIP, CLEANLINESS AND STRENGTH OF FORM WORK o The form work shall be of steel. Timber forms shall not be allowed. Supports shall

also be of steel. Suitable wedges in pairs be provided to facilitate adjustment and

subsequent releasing of forms. The contractor shall furnish the details of his

proposed form work to the Engineer-In-Charge for his approval before erection

there-of.

o All rubbish, particularly chippings, shavings, saw dust and grout etc. shall be

removed from the interior of forms before these are erected. Cleanliness of forms

shall be again checked after the forms are in place and before the concrete is

94

placed. The face of the form work, which is to be in contact with the concrete shall

be oiled or greased so as to provide a thin uniform coating to the forms without

coating the reinforcement.

o Forms shall have sufficient strength to with stand all pressure resulting from

concrete placement and vibration without deflection form the prescribed lines during

and after the placement of concrete and shall be maintained rigidly in position

where form vibrators are to be used. It shall be ensured that the form work is

adequately rigid to effectively transmit energy from the form vibrators to the

concrete without damaging or altering the positions of forms. The forms shall be

made sufficiently rigid by use of ties and bracings to prevent any displacement or

sagging. Suitable struts or stiffeners shall be used wherever considered necessary.

The forms shall be made mortar tight.

o After the forms for concrete structures have been erected to lines and grade, they

shall be meticulously inspected as to their adequacy. If the forms are not tight, and

joint not sealed properly, there will be loss of mortar which shall result in honey-

combing of concrete or a loss of water which shall cause sand streaking. If the

inspection reveals that the forms are not strong enough to hold the concrete or are

not braced sufficiently to stay in alignment, the Engineer-In-Charge shall

immediately notify the contractor to set right the deficiencies and concrete shall not

be placed before the forms are re-inspected and found OK. It shall also be checked

during inspection that the form work, as erected, conforms to the line, grade

alignment to the specified tolerance limits. Fully adequate rigidly of forms is of

paramount importance since the tolerance limits specified are for finished concrete

and not for the forms. Use of internal vibrators requires that the forms be rigid and

strong.

o Stability is a very important consideration in the construction of forms. Every one

concerned including the contractor shall be made to understand that the common

deficiencies resulting in form failure are:

• inadequate cross bracing of shores;

• inadequate horizontal bracing;

• Failure to regulate the rate of placement of concrete in the forms;

• poor regulation of the horizontal balance of the form filling;

• abnormal form displacements during and after concrete placement

• no provision for lateral pressures; and

• lack of adequate inspection of form work;

95

In form construction, it is very important that ready access be provided for proper

placement, working and vibration and for inspection of these operations.

o The surface of form work shall be made such as to produce surface finishes as

specified and the joints shall be tight enough to prevent loss of liquid/slurry/mortar

from concrete. Joints between the form work and the previous lift shall be sealed

properly.

4.0 HORINZONTAL CONSTRUCTION JOINTS

o A very common blemish on formed concrete surfaces is the off-set often found at

horizontal construction joints, at the bottom of the new lift. For surfaces where

appearance and alignment are of considerable importance, off-set shall be

prevented by so setting the forms as to fit snugly against the top of concrete in the

pervious lift and securing them so as to remain in tight contact during the concrete

placing operations. The anchoring shall be done by using ample number of ties and

bolts, above and within a few centimeters of the construction joint. The ties in the

top of previous lift cannot be relied upon to prevent a slight spreading of the forms

at the joint. Forms shall overlap the hardened concrete in the lift previously placed

by not more than 50 mm Utmost care shall, thus be taken by the contractor to

ensure that the construction joints are smooth, free from sharp deviations,

projections or edges.

5.0 SPALLING FROM THE FACE OF CONCRETE

o Occasionally, spalling may occur from the face of the concrete when forms are

removed. This is often caused by rough spots on the forms where mortar adhere

strongly enough to overcome the tensile strength of the green concrete. Such areas

on the forms shall be cleaned, polished and then covered with suitable form oil.

Wire brushing of timber forms shall be done very carefully to remove the set mortar

as else it may aggravate the situation.

6.0 FILLING OF BOLT HOLES (SHE-BOLTS) OR HOLES OF TIES/RODS

o The holes left on the concrete surfaces by she-bolts or rods etc. shall be reamed,

cleaned and filled with “dry pack mortar” within a reasonable period or the removal

of form work. Such filling shall be made flush with the concrete surface.

7.0 RE-USE OF FORMS

o The forms required to be used more than once shall be maintained in a good

condition and shall be thoroughly cleaned and repaired (If required) before re-use.

Where metal sheets are used for lining the forms, the sheets shall be placed and

96

maintained in the forms without lumps or other imperfections. All forms shall be

checked for proper shape, cleanliness and strength before re-use.

8.0 INSPECTION OF FORMS

o The contractor shall inform the Engineer-In-Charge well in time before

commencement of placement of concrete in the forms to enable him or his

representative to inspect the formwork as to its adequacy, suitability, alignment,

strength and overall fitness; and such inspection shall not relieve the contractor of

his sole responsibility for the safety of men, materials, equipment and the results

obtained.

9.0 QUALITY ASSURANCE

o Ok Card system shall be introduced. The format of Ok card shall be supplied by the

Engineer-In-Charge and the contractor or his representative shall be required to fill

in the Ok card against all relevant items and sign to indicate that these are in

conformity with specifications.

10.0 STRIPPING OF FORM WORK

o The Engineer-In-Charge shall be informed in advance by the contractor of his

intention to strike/remove any form. The forms shall not be removed until the

concrete has achieved adequate strength. As per IS: 456-2000, the concrete

should have achieved strength of at least twice the stress to which the concrete

may be subjected at the time of removal of form work. While this criteria of strength

shall be the guiding factor for removal of form work, in normal circumstances where

ambient temperature does not fall below 150C and where ordinary Portland cement

is used and adequate curing is done following striking period of forms be adopted.

Type of Form Work Minimum period before striking Form

Work

(a) Vertical form work to columns, walls, beams 16-24 hours

(b) Soffit form work to slabs (props to be refixed immediately after removal of form work)

3 days

(c) Soffit form work to beams (props to be refixed immediately after removal of form work)

7 days

(d) Props to slabs

(1) Spanning upto 4.5 m 7 days

(2) Spanning over 4.5m 14 days

(e) Props to beams and arches;

(1) Spanning upto 6.0 m 14 days

(2) Spanning over 6.0m 21 days

The contractor shall ensure and it shall be his responsibility that the number of props

left under, their sizes and disposition shall be such so as to be able to safely carry the

97

full dead load of slab, beam or arch, as the case may be, together with any live load

likely to occur during curing or further construction.

Forms shall be removed with care so as to avoid any damage to the concrete.

Concrete damages, if any due to removal of forms, shall be promptly repaired by the

contractor at his own cost as per method of such repairs prescribed/directed by the

Engineer-In-Charge to his entire satisfaction.

The cost of form is included in the concrete item and will not be paid separately.

98